Loading...
HomeMy WebLinkAboutContract 58111r r� F'���������, co�T�cT FOR THE COI�STRUCTION OF ��7Ci IVO. �J8 I � I COMANCHE TRA.IL HAZARDOUS ROAD OVERTOPPIIVG MITIGATION PROJECT City 1'ro�ect No. 1d3396 Mattie Parker Mayar David Caoke City Manager Chris Harder Director, Water Department conformea Lau�en Prieur Interim Director, Transportafaon and Public Woxks Department Prepared for The City o� Forf Warth Transpoartat�on & Public Works Department, Stormwater Division zo2� Pape-Dawson Engineers ��� ���'� ri S�� ��'�� ���.����� ��F��K�p� ���[��i� �'i°il� ���R�1'AR�' •' e ������ i �C � � � �� � �� � � ��t �f ��r��V�or�h � Standard Construct�on SpecifYcation D�ocuments Adopted September 2011 ao aa ao STANDARD CON5TRi1CTION SPECIFICATION BOCLTM�iY'1'S Page l of8 .�7��'.Y��� �� �� 0� 1 TABLE OF CONTENTS Tlivicinn 011 _ (�enPr�! C'e�nditinnc Last Revised 00 OS 10 Ma or and Council Co�namunication D710 112 0 1 1 00 OS 15 Addenda 07/d1/2�1.1 �0 11 13 Invitation to Bidders 07/19/2021 00 21 13 Instz'uckions to Bidders 11/02/202I 00 35 13 Conflict of Interest Statemeni 02/24/2Q20 00 41 00 Bid �'orm 09/30/2021 00 �42 43 Pro osal Fnrm Unit Price 01/20/2012 00 43 13 Bid Sond 09/30/2021 00 43 37 Vendor Com liance ta State Law Nonresident Bidder 09/30/2021 Ofl 45 1� Bidd�z's Pre valifica�ions 0811312�11 QQ 45 12 Pre uali%cation Stateme�.t 09I30/2Q21 - aan�i2�2i OQ 4S 2C Contractor Com �iance with'Wor�exs' Com ensation Law 07101/�011 00 45 �0 Business E ui �oal IQ/27/2021 00 52 43 A reement 11/23/2fl21 00 61 13 Performance Bond 07/01/2011 00 fil 1� Fa entBond 07/01/2011 00 61 19 Maiut�tenance Band 07101/2QI 1 00 61 25 Certificate of Insurance 07101 /2011 00 72 00 General Canditions 08/23/2021 00 73 OQ Su lement Conditians 03109/20�0 Division Ol - General Re uirements Last Revised O1 1 I �0 Sumtn nf Wark 12120120i2 O1 25 Od Substitution Procedures 0710I/201.1 pl 31 19 Preconstructio� Meetin �8117/2012 013120 Prq'ectMeetin s 071d1/2011 OJ 32 16 Construction Schedule 08/13/2021 dI 32 33 PreconstrucEian Video 07/01/2011 01 33 00 Submittals 12/20/2012 Q13513 S ecialPro'ectProcedures 03l11/2Q22 0145 23 Testin and Ins ection Services 03/09/2020 O1 50 00 Tern or Facilities and Controls 07/01f2011 O1 55 26 Street Use Permit and Modi�ications ta Traffie Control 03122/2�21 01 57 13 Storm Watex �'ollntion Prevention Plan 0'7/01/2011 O1 58 13 Tem ar Pro'ect Si a e 07lU1/201I Ol 6Q 00 Product Re uirements 03/09/2Q20 O1 65 00 Product Stora c and Handli Re uiremenis Q7101/20I 1 O1 70 00 Mobilization and Rem�obiiizatian 11/22/20I6 O1 71 23 Constructaon Stakin and 5urve 02114/�b18 01 74 23 Cleanin 0710 1/20 1 1 O1 77 19 Closeout Re uirements 03/22/2021 �1 78 23 eraiion and Maintenance Data I2/2U/2012 01 78 39 Pro"ect Record Documents fl7101/201 J. CI'CY OF FORT WORTH Comanclie Trail - HROM STANDARD CQNSTRUCT[O1�I SPECIFICI#'i`iON DpCIJMENTS CPN; 103396 ]tevised dune 10, 2022 oa aa ao STANDAitD CONSTRUCTiON SPECIFICATION DOC;LTMENTS Page 2 of S Technical Specifications which have been madifxed hy the Engineer specifieally for this Project; hard copies are included in the Pra�ect's Contract Dacuments Division 02 - Existin Conclitions n� .�i i� �3 n�� I�y=�ELi Di�is�on 03 - Concrete Division 26 � Electrical Di�ision 31 - Earthwork Date Madified "_�, n�nn - 31 23 lb UncIassified Excavatian 03/02/2022 �Y� � - 31 24� 00 Embanl�rnents 06/14/2022 �5�9 �..,.,.:..� ..�.� c..,,;�.,.�..,���_�, _ �,�o �s _ �'� - CITY OP FORT WORTFI Comanche Trail - HAOM STAI�iDA12D CONSTRUCTION 54'ECIFICATI.ON llOCi1MENT5 CPI+l: l D3396 Revised June L0, 2022 0o ao aa STANI7ARD CONSTRUCTI01+] SPECIFICATSO7+1➢OCUMENTS Page 3 of 8 F�T+� _ � .• � � - �' - '� - � �a:; �'�-� � . 1 i� �' � � _ - _ � "1'Yh] l�lle<�1 • � � q,i � �• ��rl�il�l� •iy�1�l � I � �� � � � � A _ � - � l � _ s�l_\ i i � � ��m��.e��'' • _ _ - _ i � u,.,�.� � A � � � 1 . � � � � � � _ ' '� � ' � � O �� � � � Y � _ ' , + � ' ' � '� � 1 - _��� . � � � � ' ar�y � " � � - � �� _ � � �l�� ' _ i 1 � � � . � ' •`• � � ',• �� � � � ....� � � � a..... seaii �� !� S � _ R ^ • _ • .. _. � .- ��.� .r,��Jy:�s:ia►�a�r�-sa�i�/�i � � ,. �., . _ ; - - � � r � t �_�.,.' - � � - - - � y. ' - - ' g - - ' �A � a�.:,::.:..:.E.:,.:.:�."�:.rri�.- -- ���i..,.,:..�: �'�.Cii7iiS� � i - — � � :. j.� � � - �G� , � � �._r�.c �a. ;�.� - � :..���, � �r� "`� - _ _ � " �i.' � � � � QC/Ofi12022 C1TY OF FORT WORTH Comanche Trail - HROM STANDARii CON3TRilCTION SPECIFICATION DOCU{v[EN'1"S CPN: 103396 Revised dune l0, 2022 1 �i ri � � ,*�����. .. �� _ I I � � _ _ A _ � - _ � - � a � - w�t�'� I I � � ; _a �� � � + . � •�.�� � � �lVY�4.l� � I A � . _� • _— � . I 1 � � . • * • I I 1 � � — — � I I : � •����l�p � I 1 1 � _ - _ � �Y — / A A i � ��arw�.+,� �� � i 1 � �i � � � � � � � � � � � � � Technical Specif'ications listed below are zncluded for this Project by refer�nce and can be viewed/downloaded from the City's website at: http :ll fortworth texas. sovltawlcontractarsl Divi�sioz� 02 e E�cistin Canditions 02 41 13 Selective Sita Demolition 02 41 I4 i7tilit� RemovallAbandonment CI1"Y �F FORT WORTH STANDARD �ONSTRUCTION SPECIFICATION DOCUt1�NTS Revised 7une 10, 2(?22 Last Revised 031ll /2022 12/20/20l 2 Comanche Trail - I�ROM CPN: 16339b ao 0o ao 5TAi�IDARD CONSTRUCTION SFHCIF[CATIOAI DOCL]M�NTS Page 4 nf 8 00 00 00 STANDAR.D CONSTRUCTION SPEC�'ICATiON DOCTlMSNTS Fage 5 of 8 p2 41 15 Pavin RemovaJ 02/02I2o16 Division 03 - Concrete 03 3� 00 Cast-In Plaee Co�.cre�e 03 34 13 Controlled L�w Stren t3� Material CLSM 03 34 16 Concrete Base Material %r Trench Re air 03 �0 00 Modiftcations to Exis�in Concrete Structures U3 99 00 l�xe-cast Arch Culvert I}i�isinn 26 n Electrical Divisian 31- Earthworl� 31 00 00 Site Clearin 31 23 16 Llnclassified Excavaiion � ,�� �a� 31 24 00 Embaukments 31 25 00 Erosion and Sediment Controi � t�-rsv-vv � 31 37 00 Riprap 63/11/2022 12/20/2012 12I20/2012 12/20/2fl 12 05/24/2022 03122/2fl21 01/2.8/2013 �� 01/28/2013 oaiz9�ao2 � �n �� izizo�za�2 CITY OF ROiZT WD�TH Comanche Trail - HROM STANDr1ItD CON57TiUCTI0I�I SPECIFICATTOIV I70CUMENTS CPN; 103396 Reuised.Fune 10, 2022 00 00 oa STANDARD CQI�STRUCTION 3PECIF[CA'PION DOCUNIENTS Page 6 af 8 32 92 14 Non.-Native Seedin Q5/13/2021 ���� -1�1�9;'�"'-'� Division 33 � Utilities 33 01 30 Sewer and Manhale Testi� 33 O 1 3 J. Closed Circuit Television �� 33 03 10 B ass Pum in of E�sti �-f�4-�9 InspeGkion -- 5ewer 3 �-94-�� �� �-�� 33 0�4 40 Gleanin and Acce tance Testir. 33 04 50 Cleanin of Pi es 33 OS l0 Utili Trench Excavation, Emb �-a-� of Water Mains and Backfill Se�ver 33 05 13 Frame Caver and Grade Rings 33 OS 14 �'� �� Z 7_�-v�cnv 2 Z�i, Z�� �� �4 33 OS 26 33 OS 30 a ��n�.c 33 ].1 10 33 1I � 1 3.3 1 I 12 z ��� �� a �> >�no 2 ��� 33 12 20 2 a� ,�--r� 33 i�. zs � �z� ,�o 1Z� �� � ��o �� z z�� �—$ �A ' -- Adjusiing Manholes, Inlets, Valve Boxes, and Other Stt�ctures to Grade cn..,.�.o.e rxr.,te.. ��.,,,�.� !"'.,.,..r..,+.. f''.,1f.,.., G+=; �_:�-; f!l:7�i�3E�la LTtility Markers/I.ncators �.ocation of Existing Utilities Du�tile Iron Pipe Ductile Iron �'ittin�s Polyvinyl Chloride (PVC) Pressure ResiIient Seated Gate Valve Connection to. Existin� Water Mair�s 9/07/2018 03/11/2022 �z1r t��_�.rFn��q 12/20/2012 �� y � ���� ��»��� n?tn���Tn7i Q2106/2013 03/11/2022 o4�a2i2o�i i2t�n�� zo� zoiz 12109/202I 03/11/2022 ti � ���n ��z � ���� 1 'J 1'7�l1�L ��� 1 '7 M�l1�L 1 ') 77�� ll I�z Il�ll�� 12/20/2012 12/20/2012 1 7 !'1�= 12/20/2QI2 fl9120/20I 7 11/16J20I 8 , � r��� ���� n� zo,1z� rz�rn i � n� ri�z i L,r� n���n i � 05/06/2015 nA r�o ��� 02/b6/2a 13 S h M�� � t Inzz.r.��/��n.ri T t � r�_� r��a B� 9{�B�-3 1 � ��.�"� , ����n��� �� n� „�n CI`TY OF FORT WORTH Camanche Ti�il - HRdM STANDARD CONSTRUCTION $PECIF�CATIO�f D�Ci1MEIVTS CPhf: [Q3396 Revised dune l (}, 2022 DiviEsion 34 - '"� 1 A A�-r i i`v -�v r 7 A A�va Z � �t�-�--riianv-�s ��'`i""�� �� 34 41 20 1A A�� Z A �1�v� 34 41 20.03 ��� � A� A�Q 34 71 I3 Divisian 99 — 9949.0010 9999A020 9999.0030 9999.OD4b 9999.0050 9999.006(1 9999.d070 9999.fl080 9999.0090 9999.0100 Illuxnination Assemblies Residential LED Roadway LUminaires Traific Control S ecial Teci�nical S ecifications Pre-Cast Arch Cu.lvert and Headwal� Metal Beam Guard Fence �edestrian Handrail Combination Rail i3' Gate, 5tee1 Concrete Flurne Class A Concrete Cast-in-Place Concrete Retaining Wall &z. Fo Water/QV�stewater Cons#ruction Allowa;nce PavementlDraina�e Constructian Allowanee 9�-���9�� , � r,�u ��n,� n�r� ��� 7 1 N1�� (l'2 ! 1� 1 1�') I��Z��2�12 n�.iy�� �� 06/15/2015 ytfr�� n7 �7v�r�Q; zo iv fl3izz�2ozi Ob109/2022 06/28/2022 06128/2fl22 06/28/2022 06/28/2Q22 06/28/2Q22 06/28/2022 06/28/2022 07/01/2022 07/fl 1/2022 C1T'Y OF FORT WORTI� Comanche Trail - HROivT $TANT7ARD CDNSTRUCTION SPECIFICATI03J DQCU[v�NTS CPN: 103396 Revised Iuoe l4, 2422 00 Ofl 00 $TASVI3ARB CO3�[STRUCTION SPECIFICATTaN DOCLJIvIENTS Page 7 of 8 aa oo ao STANDAli17 C(?NSTRLTCTION SPECIFICATIQN DdCLT�NTS Page 8 0£8 Appefl dix GC-4.01 GC-4A2 GC-06.07 GC-b.Q9 GR-0i 6b QO Avaiiability of Lands Subsurface and Physical Conditions Wage Rates Perrnits and Utilities Pxoduct Requirements END OF SECTION CITY OF FpRT WORTH Comanche Trail - HROM SI'ANDARD COA'STRUCTIO?�I SPECIFICAITDN DOCL3IrAENTS CP�I: 103396 Revised dune E0, 2D22 �ity �f �ork VtiFcirtF�, Tex�� i�ayor a�r�� Counci� ��rnr�ur��c��ion �►a��: c�r�r?���� �+�� �I�� r�un�a��: h�1�c 2���rr,�� L�G NA�u1�: �i]5�lM �:�N9AkN�J-�c Tl��t wRf�6A �Oh1Sil�L�GllQt�l �1 �CU �'�1 A�a�i7cari��: �xevutl;:,�� ca( a Grai�s:rur_k�{�r+ C�;r�rac� v�itl�i F�lutr �;;csn:3tn�ci�t�ir, Llsv �,t kl7c A�ic}��rn �rf �7,ki.,4,Ck9D.(�(} for �I;� �.cr[���rur•Citi,n ni y�w CLi1�+�rt� 3�rd C]I �3in8�;e I���p�a�e�r��n� f�� k�� �arnai7cr,c '1,:��1 H���i� �Jc�us �cc�,ad�.v�i� t,l�w�rkr�p�lne i�i�tiy�llr�r� Prir�ect, l��i❑�s� �,�+�sru�����ilic�f� {7rd�i��]�1C�. 8t1d AfT;ertd 1hn F5C,�1.1!�dxS i�3��-�'U2�x �rs�H��l Irn�,rt,w:nrcni r�r�c�,���n � �E�OMMENDATI�I'�i It I� rr�cnrnrn�:rr�i�l ��r�,i th,P (:aty �1urn:ll' Aulfipni� 137� �rta7;.�a;ton n�a rorilra�lvu'iCfl K.I.s�i7 C;�-��iruciivn, �� In it�a arn�a+�t�l �i��1,�1��4,Q9L].�i7 f4�r('.��n�Fl�ii€���i� Idaza�r!r:��g R��du�rx#r tj�:���SO�pi�1C h�9,�in;�iln�1 �mJev1 �C'i'y Ptr--jpGk 1+2r}, a�1?3�G�� �r�da�1 �he �E���.tsrrJ _ti���,�o�?r9:�R'nn a�+�in�Git� �2��61tir1��•� �+-llsri��-�' sP�'GI� �]S �P��� �p�ff���ri�lion� In IFF� �fti+rrr�w�tcr ����'s�.�l Projsc.ls F�rtir�, py In: r��irr+� �siir7�,�1i3+3 rrir,�eii�'s 8i��1 �p�7Fbpr��rin�sr, in ;lic� f'ui�;�ni:Ee� Tr�ssl I��s: .eeluu} Rua;�kt��y ��ve!�4����7iirg Mi�g�lio�a �re]s:e[ iG��y �r[}jo�t f��r. 1[�;'S:��C�;, In thF :.�ri.��ufil [il $�;�,�GA,���l_OQ. ��id rJ��fe3�inq fi�€Fm.s�d raC��p� dnrt� �r��}r�G�+�tiqa�s In IFie S't^1 i-��z�ado�is F'�d �Vt�rtc�pr�nc� p��r�r��l�ti7bl� �Sr��c,.t (PO[11 ��} UY 1M� ��rne; ;�n�aui71; �nd AntencJ ll'ie Fls�a� Y�*�rs 2(}1�-�(�'�S C:�p�131 Cmpf�V�rtr�rtiE P�;I,Ird�n. tl�SCUS�1�� Ap�ar�v�� s�f ih�= �S1�fJr 3R� COLLfIv"I �rlftSfjYl Iflir�1]€Ff1 �i�'1i�CJ V�iJII i�Jl IIIl+:7flTr' fhF r-xE=id`�LI1 �lf � c'r'1i7stniG=�n r�bnttrlG� L'11�I1 }4�llki �-�f1�flLf.kk�7''1, LiC In LI7� an7s�uftik �f y� 1,�9L_t.�fff �,{I� S� Irnixr�:uta +i�,�inagG ai � II�J,:� I-�'ldslili. 4{rC�Ill7r: s�( G+��i+_��7{.h7r 7"i ��iE h�;wer.n �taldq;; �r�r� pnd Mnsin� Cti��v�_ TEse �r�7yoc.0 fs ��M a1 �1'�� SillK'iIL'1$��f �'I�: �7�iJCiF� I�cr:�� C����+1Ss��ic�q �41i1a�t3hun (1��t�hA) Pr,��r�m, wMiicE� �� �� �oi i�]Cr.n� E�F��rt tn i�antify YF�9��d�5+ss rnt��i tkn+��fing I{�aal�Ktris, I}rltirikl�:'. lhr�rri 17�s�.5J �:i, tisk �nt1, wi:�rrn f���SE�ie, �c?v�:1n�� �o1:�Iinr�s ta i:��lc� tllh"+i s3.�f. 4 k�� N'I���US �]fC��ofT1 �,+�4 CFQ,lif.f{ Ifi fGS�Clh3� t{S Ikfr.-fhr•?�1�r,ir�� f�nd f�t�3j IItr�CSN+It�,����A�`�ied wilh FIOGrterl f��r.ls, ti�wafly �i S,C�eNm r,���s}ng5, Tl�t� d��ln��r_ Im�.1ToV�ir�i��sl� �1 11115 Ir � i��n w�l� �+�� lu r�iise. wsd�n. and �-lr�Jt�l7i�r� a�I��ai-�r:rnr� so: 11+3t� ui C�i:tia��I�G�x Trait c}vr.� tf�e v�:x��rr�+�ay to Irr���rt�Vi' tls'�_j }}rC,l�c.Cs�lri f�irin i;r,�i��,ch� �r�eH, 3r,r� rC�`1:�c�: Ihc� E�xlt��ii�r�G uilvcti 1Ni:h Conr,f�l�� a�ri.r�c��, ���iS1nC'�! mlprt�vemanl� �rE !�� p{t�Vlrl€� a ��tFr pb�1r��,k�d�+3 +�uss��n�, �xtr:.� I;�I'�li�iq, �}u� �d � wls, �ncs .� r3;nu 1� �r,��ss ��r[�p �irur,iuf� rClf �f1S1111��nan�.�, 1 ni� prt,,e�.l �b d�;4�(�rti1 fn 1i�r- f�IIY o� Laka lNc}rtfti, ar�d r�•fa{+�tion �i ih�1 citY's �+���Cer,7r,r.i ����r �nir�strucl�dre in ih� Pr.njec! I�rr�i� w+ll L-�i: � nr�r,4.rsa`� �a�7r� �f t�t;xssl:��krnn, �I�k�� riti�s �f �41'I b�`[+Iilti ,��1{f �.3�(� tif�fr�f�fs :�,av�� an Inrerivc�F l�rjra�meni Itr wnicn ! �k�: 4��pftfl +�,�r�t� Fr�r1 UV�rilr tnrnf�C�r��r}' f1�3�'ll�l� �C.C�'S� 1� �j�':;Iqf: flfl� ��rs�nstn,lr.t t��.�am�Cc�lre Tiall r;.uivr:rt rrass=n{i, ��ISC 4�V4�rth �Ircr��s �a�� L+Utsl kfl 8��teli�l�lr!�l t������q{��.' ���e�s��n# le ni�irlul�1111e �ri�pr��err7arrls; $f[� M{',C'. Clll{:5 CA�i3i19i�i�'C� f�kf571l�]�10411 iY,$ ��li'I�� �7rOf+.C�, . ��,� Fir•�;��:t was adu�rtist3d �c;r b�c kr� rh •r Fa�i :'Vart�7 Star.7�t���rarr� en Jt�rx 1ti, 20�� �nd Jut;�s :?;�,,: b�2_ �n .Culy 7, ?02�, [hie fo1l��krfy l,id� tiw�re rwceivac!� �i�d[�c�r IkaEx �u�kr�etats, Li_� �117►o u nt ��,n�,�,�{.�i.].OU � 1�iorta7 �ivkl � $2,41i:�,�3�y,u�1 Tk � $�,�3F5,�.�1.C�� GR�D �onstr�ctlorr l.l.0 � ��.,�37,9�:�.OU �Ct7S1FT.fGfin� �T� � ��3.'1��+4.713.Cf� Gr.�7�tru�:ti��� i�s �x�er.ker,i tc� ��eq�r7 I�� C]r,�s7��?r-'.{)2L�nt.i I�e ��r���f+�'��1 hy ��;to�+e� 7r}�;3, �u,7�l�a� ��,r ��r�}j�r� an� Riqhi ��f LVsy ��q�ii�i1,�:_�n f�r kl �� C��r�[�r,�he Tr� I HF't:M t�r��e�[ rn Ih� �mo�anl �i ���717,1 fi5,€�i� was pmvi��d h�y tv1�,�-G55'a, uli,lc�r 2�rrrenr.ILr311x� Flse�l Y��rs (C Y� �021-2u��x G�p�i�i Irr�rnvc^,rT:en1 Pto���m. Ad+��fi�n�l itndrng in �raw �rrirsi �r� ni �2,�Ff]{l,('�]t'�_CO is n��cEnrJ t-i �ufly fu�{d Ihe prajae� II,;Uu��a �nnsin,c'rC,�'� Cn �dti���ori in rhe +:.,;antr�s� �m�r�int, �:�a7,c���],fl0 i� i�4ku�r�1i I,ar r,r❑Jn+,;� r�irsnng�:mon�_ m.�r�f;al 1�35TII'I j, �risfa�.�,;slc�,�a�ir1 �r,i�ilr�t7�ns:y_'1'h�s pr��J�r�l is iuncleiJ l�y �lcsr�t�w�ier f�ev�c�ue Elond� :�[��� �,e�� S�nnriw�«r [;��r1811=':o��CJs FUnd�. 7�h� �75[�Je,�,k wf�5 rm��n4alfy �mr�c:d khrough d�pl�r7 cnty, li wa5 �r�riF,pa,�4 :GUci�ri�n�f fur�c#;� w�ult� i:e requared faf c�orslrucl=�ln. '1'�� �oll❑w"rn� G�h�� surna�i�riz�s 5��5 �u�7salr7� Kor kh� �r�ranch�d trali ��ii��h�i prr���ct�. Fun� 7 — �i�rmw��a[ar f�ov ��rris�� ���0 �ur�d ��=�lr�{mwa:�� �;9�ita1 Pr�Jee.•tis F��}d Exk�tang F��rding � AddltionAl � Proj�cl��axal j �Unding �77l."f6J_UO ;�11,04� --�i777,1v5.�]0 �f�,Q[4 ��,�L�r},fl�l�,Ll�} �?,�0�,{'a�7�.sJi7 To�ai � af���,���,oa� ;��,��n,�����,ca�� ��,€���,��.s�c� The SC�[sro i�l E�i[B �u1S�.0 ��Ilf amUr�c� ilic� F'I{r�f 1'��fs ��22�2��� �;��i«I Ir�NrnvR�m+snl �ro�rair� a4 aPpP�V2t� Ir� �an�c�cl�❑n ;+�ili: �I��I�n����� �5{]� 3- [�9-�'C�2i, �dl7ff4i1 �. C.��ilfr}I ICI'Ijl�[SVL'm��FfB, SS 113�fl� i1Fl p�lfj4 i?7 . . . I F���+Is�d 1 plt�l Fund Prn�ac# �Y�i12� CIP Ar�lhtrrFly �u����t AsJ��sti�or�t FIF�{��2 + NaR'I� N�m�3 �1ppeGpti�tion5 �utf�4! ��li� II'lli�.*l3tL'f ��Q��Q'�ui� �.illal ��az��lau� F{d i�e:r�fs �i,�i�rG ,'�verlo���l�g !69,134,{lA�,�]'] nJi�C �F2-f1;5�7 ;$��f5.i=�QQ.i�C]� ��,�1;#{�.�1�ld.❑Fl I f -�- - ;�-��,� �,�� ���.���,�����}.�}�}};..��x, f�{t,���E.�� ❑tv�r- �korns��ea[�r R40�2�}-�V�1 F��v i�nnris I fa�ark�b�s 1�d "02Q �vn�tn�ping ��,Q2�,056.���PU1�Y�C "�2�T627 ��]�[10�},�C�Ck.L;�j �1.5?��.��f��C?r7 C71+1�1 O�FI�� —K�i,�t� �';nn,�tr�,�t�;�r�, !.I_4: isr in �o±n�tilirsr�::� wit{� i�so ��I!}�� �u:�ir7a:.�� �.r,��llty l7rrll�,drlct 4�y cnn,mil�in� fn �#�`,'1G Flu,�mes5 �quisy p�:rtf�ip�zR;cri :uti ihrs �roJ���, �f�� ��H��f �uslr�r:�v Eq�Js[y gr��rl c� Rfi�[� �,rrc�y�c' 13 f�i°4. fihisz pm,�C� 13JC�G�t��! �n �E7Lii�ki;GL LI�Tf?I��?' T, r•is�u�� ih��o�r�JQt�L�R'fiI�.I�A"fivf�. I � I�hF� L:�irr��!nr �1 I��In�n�:� Cq��eg 11�171 fLllls4s �I'� ��Irr�r�ilY ��}If.�t�l� al� Rf�� SVti+ H��srdn�rs 1�rJ L7v��'lr_Fpt�li7� pro;�rar��m;��rf�+ �+�s:J�:c:r wlir�ln rf�� � St+}rr11VJ8ti;Y �8�;z�� �ICSleCl� F un� o^cl u1�nn a�,��,ru5�.�t t�t ll�e �r�o�+e k�•,�rrmen;l�kin .a +�.^,Sf a{jr��}��,�=e �7f I� Ir �kl�c'1;�� S��Fq'��fi�linll Cifdln;M�:c��, furrrl� W.��� �!G �1V�'��1�;1r I11 �Ili3 �i[]fir11'J.3lL'f �E]'71ib� T'P{}IerC�l3 1�11Ri� f4f �F}L' �r�n�t�atiGlle Tr��il F�€?O#�1 �1ro�cC� �U RLI��'OS� �fkL 3jaf:l't3V;}� {�; IFI-.,' u'�It]4"c r��rsrl�mentia[ic�n5 �n� ex�CUUon ��r ki�c, �nr�shue[ian Ctai#��at1�. [�ndr Rn an f:x�;r".nriilui a p��riy irt�:wre.+J, !!�� FransEa�r+�311±71ti �'x I�tl�lklq. �jti+(IXI;� C]��par�rneftis fr�5 khe re��an��:,L7di�y ai v�rnying �*�e Fv��J�tr�l�xyatfur�ds, 5uk�tr�litecl {or �i4v 144���f'S OFfta I)v: �)�rs� l3i.ir�hrfrrfi 3l'I !� �3r�gioiat��jc� �usia��isx 1ln�l H�_�; V'lllliaer� .Joh�'�':��f� ?dl'1: AtiditEgn�ILiYtrr�natrvnGont��i: I..�ri�aY��tii#� ��3�3� CITY OF FORT WORTH Transportation & Public Works Department, Starmwater Drvision Camanche Trail Hazardous Road Overinpping Mitigation Pra,ject, City Project No. 103396 ADDENDUM NO. I Addendnm Issued: Wednesday, June �9, �Q2,2 Bid Openin�: 2:pQpm T�ursdav, Jul� 7. aa�� This Addendum, forms part of the P1ans, Contract Dacuments & Sp�cificatzons foz' the above re%renced FrojecE and modifies the originaJ SpecificaYions and Coutract Documents. Bidder sha11 acknawledge receipt of this add�ndurn in the space provided below, in th� prapasal (SECTION 00 41 00) and acknowledge receipt on ihe outer envelope of yaur bid. �'ailure ta acknowledge receipt of this addendum could sub�eat the bidder to disqualification. The plans and specification documents for Comanche Trai! Hazardous Road Overtapping Mitigataan Project, City Prqject No. 1b3396 is hereby revised by Addendum No. 1 as follows: 1. PROJECT CLARI�'ICATIONS o Ag.enda for the Pre�Eid Meeting held an Tuesday June 28, 2022, is attached. 2. PRO�TECT DOCUMENT MODIFICATIONS Modifications to Plan Set: � An Eiectrical Plan Sheet has been added to the plan seE and has been attac�ed to tl�is addendum. 11�adificanons ta the Contract Bool�: Delete the contract hook in its entirety and replace with the attached. Modifications to Frout End Specificatfons: � Revised Frant Co�ver � Section 00 OD 04 "Table of Contents" has been replaced in iis ennrety. o All work types were rema�ed from Section 00 41 00 "Bid Form" under Prec�ualification. � The de�artnaeant b�as been removed frorn s`iTnits/Sections" under Section 00 �41 OU `Bid Fornra." � Section 00 4� 43 "Proposal Torna" has bee�n replaced in i�s entirety. � All major work types were remaved from Section 00 45 1� "Prequalifieation S#a�ement." � Links throughout the contract book have bee� updated with the correct path. Modificatians to Technical Sp�cificatians: • Technical �pecirficahflns that are standard unmodified specifications have been rernoved firorn the bady nf the contract book. Conianche Trail Hazardous Road Overtopping Mitigation Prnject, City ProjectNo. l03396 Page 1 of 2 Addendum Na 1 ll�adif�catio►�s ta Spseial Tec�nicaf 5p�ci�cafiions: ���ecfion 99 }9 Op °`�pecial Tec�nicxi SPeci�ci�tians" have i�e�n add�d tn the con�ract boo�c and are attached io this addenclum. A signeci cop� of Addendu�n Na. 1 shauld be iueluded in th� 5eal�d bid en�relope at th� tirr�e af bid sul�mittal, Faiture to aekno�vled�e the receipC of Addendum No. 1 could oause the subject bidder to be cansidered "NONRE�PC?NSiVE," resulting in disquali#ication, Addendum Nc�.. 1 REC AC NO G g�; � � Cam�aat�y;, �it���. �����'�it`;�i� � �� Address; �� ��,� L'inda Young Engineerittg M��tager, TIP'W Stiorm�vater 8�,_ i� ��� .� Mike B�nnelt, P.E. Project Manager, T/P4� Capital Delivery City: �1"� i��'t.,�� � �tate, � � Comarschc Traii Haxardous Itnacl dveriopping Mitigation Project, Ciry Psoject No. 1�339b p�ge 2 0� 2 Addendum ?�iu, l CITY OF FORT WORTH Transporiation. & Public Wor�s Department, Stormwater Divi.sion Comanche Trai� Hazardous Raad Overtop�ing Mitigation Project, City �raject No. 103396 ADDENDUM NO. 2 Addendum Issued: Friday, Jaly 1, �0�� Bid 4pening: 2:40pm Tharsda�. Jul� '�, �02� This Addendum, forms part of the Plans, Contract Documents & Specifzcations for the abave referenced PmjecE and modifies the original Specifications and Contract DocumenEs. Bidder shall aeknowledge reeeipt of this addendum in the space pro�ided below, in the proposal(SECTION 00 41 00) a.nd aci�nowledge receipt on the outer envelope oiyouz' bid. Failure to acknowledge receipt of this addendum could subject the bidder to disqualification. Th�: plans and specification docurnents for Comanche Trail Hazardous Road Overtopping Mitigation Project, Cit}r Project No. I03396 is hereb� revised by Addendum Na. 2 as follows: 1. PROJECT DOCXIMENT CLARiFICATiON5 Q�estionslA�sw�rs 1. I need Sid items for an �" GV, D� fittxng�, 1" �ervice and 1" service Reconnect. a. Added gafe rr�lve, DI fxttings, and 1" service reconQect. �. Aiso, the Post TV item is at �02 LF but it shauld be at ��3 LF a. Revi�sed iun addendum �. 3. Drawings caIl for a TXDOT C66 combination rail to be cast-in-place on top of the �recast headwalI. a. Correct 4. The drawings do not show th�e connection between the two. a. Laop shall be cast into the headwall. 5. T'he typical TXDOT connection for the C56 rail calls for laaps cast into the precast. a. Agree khis shfluld be used. b. The loaps will be cast into the precast head�vvall by the precast man�ufacturer. Tbe contractor �vill cast in place the C6b rail on site. a. Correct 7. If so, wiIl the loops need tv be epoxy eoated? a. Nfl 8. Cau1d you also point us in the dir�chon for a current list of prequalified contractors for the City of Fort Worth? a. No prequalii"ications are included. 9. Lastiy yau did not have a con�truction contit�gency item. Do yau want to add one? a. Added in addendum 2. lU. WonId t�e city cansider a value engineering alternative design fpr the project Gomnnche Trnil Hazardous Raad dvertopping Mitigation Project, City Pmject No. 103396 Page 1 of3 Add�ndumNo.2 that could patentially save the city money and �rovide better hydrola�y for the project? a. Bids on this projec# shall be as shown on the construction documents. Sidding value engineered desi�ns wiIl be at the contractor's risk far aceeptability. 11. In the pre-bid it vvas discu�ssed that the fnll closure oi the road was only going to he allowed �orr 4 months, but in the bid it�ms #11. is for 6 months, w�ich is correct? a. Eid item 11 on Addendum #1 Bid Quan�ity is 4 Months. 12. In the bid documents the prequal has structural listed, but we are unaware of the city having a structural prequal requirement? Ts tius just for the asphalt paving? a. Addendum #fl remo�es work types from �requalifications 13. Class A concrete bid item 2, is that just far the Conspan footings? a. Class A cancrete is shawn bet�veen the back of curb and headwal[ structure/rail at the surface xeveZ, simi�ar to the i�nstallation of a sidewalk. l�b. Will the C66 rail loaps on the precast headwall need to be epogy caated? a. No, the loops wil] not need tn be epoxy caated frorn the manu�acturer. 2. PRQTECT DOC�CTMENT MODIFICATIONS Plan Set Modi�ications o Note for water sej-�ice relocat�on has been npdated ta anly reconnect service on shee� Cdl.l " WATER LiNE PLA.lV & PROFiLE ,STA 1.U+00 T� END" and has been attached to this addendum. a D�tai134 41 2��D62� has been added to s�eet Ce14 and is attach�d to this addendum. Contract Book Modifications Replace Section 40 00 OD with tbe attach�d �ection 00 00 00 docuraent. Replace 5ection UU 42 43 with the atta.ched Section 00 4� 43 document. Replace Section 99 99 00 with fhe attached Section 99 99 00 dacument. � Section 00 00 UO was modified to include "VVaier/Waste�vater Cnnsfiruction Allovcrance'� and "Pavemen�IDraiz�age Constructioz� Allowance". The follo�aving items were modified in Section 00 4� 43 "Propflsal Form": o Added bid it�m "3312.�Q43 $" Gate Valve" with a q�antxty 1. o Added bid itena "333I.34Q1 Ducti�e Iron Sewer Fittings" with a. quantity of 0.� tons. o Added bid itexn "3312.2001 1"' Water Service, Meter Reconnection". o Added bid item "999.0090 Wa�er/Waster�ater Construction Allo�uvance" . a Added bid item "999.410Q PavementlDxaivage Constxuctxon Allowance". a Madified quantity for bid itezx� "3301.Q00� Post-CCTV Inspection" frozn 54� to 223 LF. Comanche Tiail Haaardous Road Qvertopping Mitigation Pinject, City PmjectNo. LQ3396 Page 2 of 3 Addendum No. 2 � Seetion 99 99 UO was m�di�ed tfl include paragraphs "99�9.Q090 BID ITFM— '�'ATER/WASTERWAT�R CUN�'TRUCTYt"�N ALZ�WA�CE" and "999�.d1Q4 BID ITEM — PAVEM�NTIDRATNAGE CON�TRUCTIQN ALIIQI�VANGE" A signed copy of Add�ndum No. 2 sht�uld be included in the sesied }aid en.velt�pe at the time af bid st�i�mittal. �ailu�e r� acknowlsdge the receipt ofAddendum No, 2 cou�� caus.s the suhjeat bidd�r tv b� car�sidered "NOMtESPONSIVE�S9 i�SUIf1T1�T 1!l dI:SC�U$�l�C&tiQt1. Add�ndur� No. 2 REC�I ACK � �, By: � � Cnmpal�y: ��{,rF1' _ {�i��":�-�i.��i� Qf`� �(��'1 Address• � �j� ��� Lineia Yoi�ng Engineering iV(aua�er., Tl�'W Stormwater Bx, � a�- M'i1c� Bennett, P,E. E'roject IV4anager, T'fI'W Capifal l�elive�'y �iiy: �f!i G� �� State• � �'�v �l� �; Gb�nAnchc Trai1 I'Iazarc�caus itoud tixertop�ii�; Mitigution Prajecf, City Pmjeci Nu. 1D399G Page 3 af 3 AfI(jCRClllltt AI6. L ao�ii3 INVITAT[ON TO BIDDERS Page 1 af 2 SECTION 00 11 13 INVZTATIO�I TO BIDDERS RECEIPT OF SIDS �eaied bids for the construction of Camanche TraiI HROM, City Praject No. 103396 {"Projeet") will be received by the City of Fort Worth Purchasing Office until 1:30 P.M. CST, Thursday, TULY 7, 2022, as further described below: City a�Fo� Worth Purchasing Division 20Q Texa,S 5treet Fort Worth, T�xas 76102 Bids wi�l be accepted by: US Mail, Courier, FedEx or hand delivery at the adcl�ess above; Bids will be opened publicly axtd �ead aloud at 2:00 �M C�T in tbe City Council Chaxx►bers. GENERAL DESCRIFTI�N OF WORi{ The majar work wiIl consist of the {approximate) following: Replacement of 4$" stortn drain with 2-32'X8' arch cul�erts. The roadway is to be realigned a.nd widened io 41' with tbe addition of S' wide sidewallzs on each side. PREQUAL�'ZCATXON Certain improvements included in this project rnust be performed by a contractor ar designated suhcantractor who is pre-qualified by the City at the time of bid opening, The procedures for qual.ification and pre-qualif cation are outl.ined in the Section 3 of 00 21 13 — INSTRUCTIONS TO BIDDEFLS, DOCUM�NT EXA.M1TiAT�ON AND �ROCLTREMENTS The Bidding and Contract Documents may be exainined nr ob#ained pn-line by visitiug the City of Fort Worth's Purchasing Division wehsite at r:tt �: c�a�s.f��6l7.autnde�k.cor�i s��ares d48f�3a5-4�tc6-4a0f-ab91-11 ��a4115e2d and cliekiag on the link ta the advertised project folders on the City's electronic document management and callaboration sys�em sit�. 'I`h� Contract Documents nnay be downloaded, viewed, and printed by iz�terested cozrtra�tnrs an.d/nr suppliers. The �ost of Bidding and Contract Documents is: Set of Szdding and Ca.ntract Dacumenfs with fu11 size drawings: $$� Set of Bidding and Cantract Documents with half size (if available) drawings: $20 EXPRESS.ION O�' INTERSEST To ensure potential hidders are ke�t up to date of any new infflrmation pertinent ta this proj ect, a.11 interested pazties are requested to email �xpressions of Interest in tkais pzoct�rement to tk�e City Prnject Mar�ager and �.e Desig� En�ianeer. The ernail should i�clude fihe compax�y's natx�e, contaet persan and that individual's email address and phone number. All Addenda will be distributed directiy to Phose who have expressed an interest in the proci�rement and wiil also be posted an the City of Fort Workh's puz�chasing website at http;l/fortworkhtexas.go�lpurchasing/ CITY bF FORT �1VDRTH Co�s�ttncl�e Trail - HRdM STANAARL] CONSTAUCTI(]N SPECiFICATION AOCUfvi�NT CPIV: ! 0339fi Revised 711 912 0 2 1 00 l l 13 �VPTATION TO BIDDERS Page � of 2 PREBID CONFERENCE — Wab Cnnference A prebid conf'erence will be held as discussed i:n Section 00 21 13 - INSTRUCTTONS TO BIDDERS at the foll4wing date, and Eir�n.e v�a a we6 conferencing appl�cation: DATE. Tuesday, Jun� 28, 2022 TIME: 2:00 �M CST Invitations with links to the web canferencing application will be distributed directly to those who have submit�ed an Expression of Interest. If a prebid conferea�ce is he�d, the presenta�ion and any questions and answers provided at the prebid conference will be issued as an Addendum to #he call for bids. If a prebid conference is not being held, pz-ospective bidders can e-mail questions or com�xaraents in �ecardance with Section 6 of the Instructions to Bidders referenced above to �he project manager{s) at the e-mail addresses listed below. Emailed questions will suffice as "qu�stions in writing." If necessary, A�ldenda will be issued pursuant to tkie Instructions to Biddexs. CITY'S RIGHT TO ACCEPT OR REJECT SIDS City reserves ihe right to waive irt�gularities and to accept ar reject any or al]. bids. AWARD City will award a contract to the Bidder presenting the lowest price, quali�cations and campetencies consitiered. INQUIRIES All inquiries relati�ve to this procurement should be addressed to �lte fallowing: Attn: Mike Bennett, City of Fart Worth EmaiJ: Make,Bennett�?fortwoitht�xas.gov Phone: $17392.7891 AND/OR Attz�: Randalf Haney, Pape-Dawson Engineers Inc. Email: rhar�ev(a�nane-dawson.com I'�ione: 214�20-8494 ADVERTISEMENT DATES Thursday, June 16, 2022 Thursday, 7une 23, 2022 END O�' SECTION CTTY OF �'OftT WORTH Camanche Trail - HR4M $rANDARB CONSTRilCTIO1V SPECIFICATION AOCUMENT CPN: 1Q3396 Reviseci 7/19/2021 00 2l l3 1NSTRUCTIDN5 TO B[DDERS SECTION OQ 21 13 INSTRLTCTIONS TO BIDDERS 1. De�ned Termas Page l oC lQ 1.1. Capitalized terms used in tliese INSTRUCTIONS TO BIDDERS are defined in Section 00 72 OQ - GENERAL CONDITIONS. 1.2. Certain additional term� used in these 1NSTRiTCTIONS TO BIDDERS h�.�e th� zn.eanings indicated below which are applicable to both the singular and plural thereof, 1.2.1. Bidder: Any person, firm, partnership, campany, association, or corparation acring directly through a dz�ly authoxized representative, submitting a bid for performing the �rnrk contemplated wader t.be Cantract Dacuxnents. 1.2.2. Nonresident Bidder: Any person, firm, partnership, cor.npany, assoeiation, or corporation acting direcily through a duly authorized representative, submiiting a bid for perForming the woi•k contemplated under the Contraet Document� who,se principal place of buszness is nat in the State of Texas. 1,2,3. Success�ul Bidder: The lowest responsible and responsive Bidder to wham Cily {o� t�e basis of City's e�aluatian as hereiinafter provided) makes an award, 2. Copies of Bidding Documents 2.1, Neith�r City nor Engineer shall assume any responsibility for errars or mis�n#erpretations resulting fro�tza tiae Sidders use of incomplete sets of Bidding Documents. 2.2. City aud Engineer in making copies of Bidding Documents available do �o only for the purpose of obtaining Bids for thE Wnrk and do nat au�orize or confer a license or grant for any oiher use. 3. Prequalificatis�n of Bidders (Prime Contraetors and Subcontractors) 3,1. Bidders or their designafed subcontractors are required to be prequaii�ied for the work #ypes requiring prequalificatxon as per Sectioz�s 00 45 11 BIDDERS PREQUALIFIGATIONS and 06 45 12 PREQUALIFICATZON STA�'�MENT. Firms seelcing pre-quali�cation, must submit the documentation identifzed in Sec�ion 00 45 11 on 5ection 00 45 13 PREQUALIFICATION APPLICATTON at least seven (`� calendar days prior to Bid apening for review and, if qualif�ed, acceptance. The subcontractors listed by a Bidder on QO �45 12 must be prequalzfied fox t�ie apprapriate work types. Subcontractars must fallow the same ti�nelines as Bidders far obtazning prequalification review, Bidders or Subcont�•actors who are not prequalified at tk�e tarr�e bids are opeaeci and reviewed may cause the bid to be rejected. Prequalification requirement work types and docuznent�tion are a�ailable by aecessing all required files tbrough the City's website at: htt s:lla s,fartvvorkhtexas, av/Prp'ectResou�'ces/ 3.1.1. Fav'sng — Requirements dacurnent loeated at: C1TY OF FORT WORTH Comanehe Trail — HROM STANDARD COIVSTRUCTION SPECIFICAT[ON DOCiTMENT CPN: l03396 Revised/[Jpdatad November 2, 2021 d0 21 13 ll�iSTRUCTIONS TO BIDDERS Page 2 oF l0 1zY s:lla s.fortwar�htexas. avlPro'ectResourceslResoureesP/02%20- %20Canstruction%20Documents/Contractox%20Fre ualiiication/TPW%2QPavin °/q2qContractor%2QFre uali�ication%ZOPro am/PRE U�L,IFICATIQN%2QRE iJIREMENTS%2UFOR%20PAVlNG%2000NTRACTORS. df 3.1.2. Roadway and Pcdest�rian Lighting — Requirements document Iocated at: htips:/lapps.foz-#worthtexas.go�/i'roj ectResources/ResaurcesP102°/ 2�- %2QConstruction%20Documents/Coatractor%201're ualificationlTPW%2QRoadwa %20and%201'edestrian%2dLi htin %20Pre uali�icadon%20Pro ramISTREET% 20LIGHT%20PRE uAL°/a20RE 1\ZNTS. df 3.1.3. Water and Sa�i.itary Sewer — Requirements docuzr►ent located at: htt s:lla s.fartvvoi�hte�as. ovlFro'ectResourceslResourcesPl02%20- %20ConstnLction%20Documents/Contractar%2QPre ualif'�catioxi/Water%20aud%2 OSani %20Sewer%20Cantractor%20Pre ualification°/a20Pro aznIWSS%20 re pual%20requirements.pdf 3.2. Each Bidder, unless currently prequalified, must subrrsit to City at least seve� (7) calenda.r days priar to Sid opening, the documentation identified in Section 00 �5 11, BIDDERS PREQLTALIFTCATI�NS. 3.2.I .Submission of and/ar questions reiated to prequalifica�io� should be addressed to the City contact as pzovided in Paragraph 5.1. 3.3. The City reserves the right to requir�e any pre-quali�ed contractor who is the appaxent lqw bidder for a project ta sub�xait such additional information as the City, in its sale discretion may require, including but not limited ta man.power �nd equipment records, information about key persan�el to be assigned to the project, and construction schedule to assist tl�e Ciry in evaluating and assessing the ability of the apparent low bidder to deli�er a qua3.ity pxoduet and successfully complete projects for the amount bid within the stipulated ti�me frame. Based upan the City's as.sessment of the submitted inf'ormation, a recommendation regarding the award of a contract will be rr�ade to the City Council. k'ailure to submit the additional information, if requested, map be gro�nds for rejectiug the apparent low �idder as nnn-responsive. Affected contractors will be notified in writa�ng of a recommendation ta khe City Council. 3.4.In addition to prequalification, additional requiz'emez�.ts for qualifieation mray be required within variaus sections of the Contract Doc�zmet�ts. 3.5. Special qua�ifications required for this project include the fallowing: Nox�e �. E�aminaHon of Sidding and Co�tract Documents, Oiher Related Data, and Site 4, I. Before submitting a Bid, each Bidder: CITY OF FORT' WORTH Comsnche Trail — HROM Si'ANDARD CONSTIZ[JCTIOiJ 5PECIF[CA"FION DOC[71VIENT CPN: 103396 RevisedlCTpdated Nove�ber 2, 2021 00 2l l3 INSTRUCT10N5 TO BIDDERS Aage 3 of l0 4,1.1. ShaII examiue a��d earefully study the Contract Documents and other rela�ed data identified in #,�e Baddin� Docurnents (including "technical data" referred to in Paragraph 4,2, below}. No information given by City or aiay represE�nt�tive of the City ather than that caniain�d in the Contract Documents and officially promulgated addenda tl�ere#o, shalI be binding upon the City. 4.1.2. Sh�uld visit the si�e to became familiar witl� and satisfy Bidd�r as to tS�e general, local and site conditions that may affect cost, progress, pez�otxnance or furnishing of the Work. �.13. �hall consider federal, staYe and local Laws and Regulations fhat may a�"fect cost, progress, performanee or funnishing of the Work. A A I 1 � • � ��� ���. � ,. i � � r r • � " �. 4,1.5. 5ha11 st�dy al.l: (i} reports of explorations and tests of subsurface eonditions at or contigunus to the Site and all drawings of physical conditians relatang to existing surface or subsurface struetures at the Site (except Underground Facilities) tbat ha�e been identified in the Contract Documents as containing reliable "tech�ical data" and (ii) reparts and dxawings of Hazardous Enviroxunental Conditions, if any, at tU.e 5ite that have been identified in the Contract Dpcuznents as containing reliable "technical data." 4,1.6. Is advised that t�ie Con#�act Documents on file with the City shall constitute alI af the in%rination w�ich the City will furnish. Aif addiiional information aad data v�rhich the City will supply af�er proz�r�ulgation of the forrrtal Contract Documents sba11 be issued in the form of written addenda and shall become part of the Cantract Documents just as though such addenda wez'e actually written into the original Contract Documents. No information given by the City other than t13at contained in the Gon.tract Documents and officially prorrmnlgated addenda thereto, shall be binding upon tke City. �}.1.7. Shan.ld pexfozm zndependent research, investigations, tests, bar�ngs, and such other means as may be necessary to gain a compiete lcnowledge of t.he coaad'ztions which will be eneountered durin� the constructian of fhe praject. Far projects with restricted access, upon request, Ciry may provide each Bidder access tn t}�e site to conduct such examinations, inves�igations, explorations, tests and studies as each Bidder deems necessary for sub�nission of a Bid. Bidder must fill all hoTes and clean up and restore the site to its former conefitions upon completion of such exploratzons, invesfigations, tests and studies. C17'Y OF PORT WORTY3 Comanche Trail — HROM STANDARD CQNSTRLICTION SPECIFICATIOI+I bOCUMENT CP1V: 103396 Revised/UpdaEed November 2, 2421 aa2t i3 INSTRUCTIO�f3 TO BIDDERS page 4 of 1p 4.1.8. 5hall deter�nine tk�e difficulties of the'4Vork anti all attending c�rcumstances affecting the cost of doing the Wark, ti�ze required for its co�pletion, and obtain all information requixed to make a proposal. Bidders shall rely exclusively and solely upon their own esfimates, investigation, research, tests, explorations, and other data which are necessary far fu11 and camplete information upon which the proposal is to be based. If is �derstood that the submission of a propasal �or bid is prima-facie evidence that the Bidder has nnade the investigations, e�ami3aations and tesis herein required. 4.1.9. Shall prQmptly notify City of all conflicts, errors, ambigui�ies or discreparp.cies in or between the Contract Doeunr�ents and such other relat�d documenis. The Contxactar shall noY take advantage of any grnss error or omission in the Contract Docutnents, and the City shall be per�i�ted to inake such correctaons or interpretations as may be deemed necessary for ful�illment of the intent of the Contract Docum.ents. �4.2. Reference is made to Section 00 73 00 — Supplerr�entary Conditions for idez�tification of 4.2.1. those rep.orts of explorations and tests of subsurface conditions at or con�iguous t� the site which have been utiIized by Ciky in preparation of the Contract Documents. The logs of Saii Barings, if any, on the pla�s axe for general inf'ormation os�ly. Neit�er the City nor the Engineer guarant�� that the data shown is repre�entative of eonditians vuhieh actually exist. 4.2.2. those drawings af physical conditions in or relating to existing surface and subsurface structures (excepi Underground FaciLities) which are at or con#iguous ta �he site tkzat have been utilized by City in preparatian of the Contract D�cuznents. 4.2.3. copies af such reports az�.d dtawings will be made available by City to at3.y Bidder o��. request. Those reports and drawings may n.ot be part of the Contract Documen.ts, but the "technical data" contained thereim upon which Bidder is entitled to rely as provided in Paragraph 4.02,. of the General Canditions has b�en iden�ified and eskablished in Paragraph SC 4.D2 of the 5upplezz�.entary Conditions. Bidder is eespo�asible for any interpretation ar conclusion drawn from any "tecbnical data" or auy other data, inierpretations, opinions or in.fnrtnation. 42.4.Standard insurance requirernents, coverages and limits. 4.3.. The submissian of a Bid will cot�stitute an incontrovertible representatian by Bidder: (i) that Sidder has complied �th every requiretnent of t.�is Paragraph 4, (ii) tk►at without exceptian the Bid is prezxaised upon perfornung and furnishing the Work required by the Contract Documents and applying the speciiic means, rr�ethods, techniques, sequences or procedures of construction {if any) t�at may be shown ar indicated oe expressly required by tt�e Contract Documents, (iii) that Bidder k�as given City written. notice of a11 conflicts, errars, ambz�ities and discrepancies in the Contract Doc�rn.ents ar�d the written resolutions thereof by City are acceptable to Bidder, and when said conflicts, ete., have not been resolved through the interpretations by City as described in Paragraph 6., and (iv} that the Cantract Docu�nents are generally suf�icient to indicate and convey understanding of all tern�.s aud conditions for perfoz•ming and fiunishuag the Work. C17'Y OF F'ORT WORTH Comanche Trail—HRpM STANDt1T2� CONSTRUCTION 5PEC1E'ICATIpN BOC:UMEN`I' CP�T: 103396 Revised/Updated November z, 2D21 00 2l 13 INSTRUCTTON3 TO BIDDERS Page 5 pf Id 4.4. The provisio�s of this Paragraph 4, inclu�zve, do not apply to Asbestas, Polychlorinated biphenyls {PCBs), Petroleum, Hazardous Waste or Radioactive Material co�ered by Paragraph 4.Q6. of the General Condxtao�s, unless specifcally identified in the Contract Documents. 5. Availability of Lands for Wa.rk, Etc. 5.1. The lands upon which the Work is to be performed, rights-af way a.nd easements for access thereto a�d other lands designated f�r use by Contractor in perforrning the Wc�rk are identified in tlze Contract Documents. AlJ additionallands and access thereto required for temporary constntction faciIities, cons�-uction equipment or storage of materials and equipmeut to be incorparated in the Work are to be obtained and paid for by ContractQr. Easements for permanent strtr.ctures or permanent changes in �xisting facilities are to be obtained �ud paid far by City unless otherv�ise provided in the Contract Documents. 5.2. Outsta�ding rzght-of-way, easements, a�a.d/nr permits to be acquired by the City are Iisted in Paragraph SC 4.DI of the Supplementary Co�.ditions. In the event the necessary right- of way, easements, andlor permits are not obtained, th� City reserves the ri�;ht to cancel the award af contract at an� time before the Bidder begins any construct�on work on the project. 5.3. The Bidder shail be prepared to comtnence constzuction witkaout alI exeeuted right-of way, easements, and/or permits, and sha11 submit a scheduie to �he Ci�y of how construction will proceed in the other areas of the projeet that da nat require permits andlor easements. 6. Interpretatzons and Addenda 6.1. All questzons about the meaning or zntent af the Bidding Documents are to be directed to Gity in writing on or before 2 p.m., tIze Monday prior to the Bid opening. Questiot�s received after this day may noi be respouded to. Interpretations or clarifications considered necessary by City in response ta such questians wiIl be issued by Addenda delz�ered to alI parties recoxded by City �s having receiv�d the Bidding Docu.ments. O�ly questions answered by formal written Addenaa will be binding. Oral atad otl�er interpretations or clari�cations will be without Iegal effect. Address quest�ons to: City of Fort Worth 200 Texas Street Fort Worth, TX 761{�2 Attn: Mike Bennett, City Ez��ineer, T/PW Email: MiIce.B�i�nett cr,fortwortEitexas.�ov Phone; 817.392.7891 6.2. Addend�. may alsa be issued to modify tb.e Bidding Documents as deemed advisable by City. CTTY OF FORT WORTH Comancha Trail — HROM STANDARTI CONSTItUCTION SPECIFICATION I3pCC1MHNT CPN: 103396 Revised/Llpdat�d Novembe�- 2, 2021 ao 2i i� 1N5TRUCTIONS TO BIDDERS Page 6 af LO 5.3. Addenda or clarifications inay be posted �ia the City's electronic document �anagement an�d collaboration systezn at htt s: docs.b360.aufiodesic.com shares d48f33a5-4cc5-4a0f- ab91-116fa411 Se2d 6.4. A prebid canference may be held at tlte time and place indicated in �he Advertisement or INVITATION TO BIDDERS. Representatives of City will be present tv diseuss ihe Pzoject. Bidders are encauraged ta attend and participate in the conference. City will t�ransmit to all prospective Bidders of record such Addenda as City considers necessary ita� response to questians arisin.g at the conference. Oral statements may nat be relied upon and will nat be bindin.g or legally effective. i. Bid Security 7.1. Eac� Bid must be acco�panied by a Bid Bond made payab�e to Ciiy in an amount of fi�re (5) percent of Bidder's ma�imum Bid price, an the faxrn attached or equivalent, issued by a surety meeting the requirements of Paragraph 5.01 of the General Conc�itions. 7.2. The Bid Bonds prnvided by a Bidder w�ill be retained until the conditipns of ttie No.tice of Award have heen satis�ed. If the Successful Bidder fails to execnte aud return the Coniract Docume�.ts within l�k days after the Notice of Award canveying same, City may consider Bidder to be in default, rescind the Notice of Award an.d act on the Bid Bonc�. Such action shall be Gity's exclusive remedy in the event Bidder is deemed to have defaulted. $. Cnntract Times The nur�aber of days within which, or #he dates by which, Milestones are to be achieved in. accordance with the General Requirements and the Work is to be completed and ready £ar Final Accepkance is set forth in the �lgreement or incozporated therein by refer�nce to the atta�l�ed Bid Farm. 9. Liquidated Damages Pravisions for liquidated damages are set forth in the Agreement. 10. Substitute and "Or-Equal" Items The Contract, if awarded, will be on the 6asis of materials and equipment described in the Bidding Documents without considera�ion of possihle substitute or "or-equal." items, Whenever it is indicate�l or speci�ed in the Biddirig Doeuments that a"substif�zte" or "or- equal" item of ma�erial or equipmeni may be furnished or used by Cantrac#or if acceptable to City, application for such acceptance will not be conside�ed by City until after the Effective Date of the Agr�exnent. The procedure for subnnission of any such applicataon by Cantraetor and consideration by City is set forth in Paragraphs 6.05A,, 6.05B. and 6.05C. af the General Conditions and is suppleznented in S�ction O1 25 d0 of the General Requi.rements. 11. Subcontractors, Sup�iiers and Otherrs CIT'Y OF Fp�iT WORTH Co�nanche Trail —HROM S-1'ATTflAR1� C�IYSTRUCT[OI+i SPECIFICATION DbCUlWIENT CPi�i: 1fl3346 Revised/CCpdated Novemher 2, 2U21 ao�i za 1NS772UCTIQNS TO BIDDERS Page 7 of ]0 11.1. In accnrdance with the City's Business Equity Ordinance No.25165-10-202I the City has goals �or the participation af minority business and/or women buszness enterprises in City contracts $1a0,000 oz' greater. See Section p0 4S 4� for the M/WBE P;raject Goals and additional requi�eznen�s. Failure to comply sha,ll rez�.dex the Bidder as non-responsive. Business Equity Ordinance No.25 1 65-1 0-202 1, as amend�d (re�5lacing Ordi.nance No. 24534-1 I-2020), codi�ied at: htt s:/lcodelibrar .amle aI,com/codes/ftworth/lat�st/fl.worth tx/Q-Q-0-22593 11.2. No Contractar shall b� required to ernpioy an}r Subcaz�ztraetor, 5upplier, otk�er person or organizafzon against whom Contracfor or Gity has reasanable objection. 12. Bid Form 12.1. The Bid Form is included with kb.e Bidding Documents; additional copies may be obtained from the City. I22. All blanks an tlae Bid Form must be campleted and tl�e Bid Form signed in ink, Erasuz'es or al.terations shall be initialed in ink by the person sio ing the Bid Form, A Bid price shall be �dicated for each Bid item, alte�ative, and unit price item listed therein. In the case of optional alternatives, t3�e vcrards "No Bid," "No Change," or "Not Applicable" may be entered. Bidr�er shall state the priees for which the Bidder pzoposes to do the wark contemplated or furnish materials required. All enfixics shall be legibfe. 12.3. Bids by corparat�Qns shall be executed in t�e corporate name by the president ar a vice-president or okher corporate of�icer accompanied by evidence of authority to sign. The corporate .seal shall be affixed. The corporate address and state af ineorporation shall be shown beIaw the signature, ] 2.4. Bids by partnerships shall be execut�d in t�e partnership name and sig�.ed by a partnez', whose title must appear under the signature accompanied �y e�vidence of autharity ta sign., The off'icial address of the partnership shall be shawn belo�v khe signatut-e. 12.5, Bids by limited Iiability cox�npanies shall be executed in the nan�.e of the iirm by a member and accompanied by er�ideance of autl�ority to sign. Tl�e state af formati�n of thc �irm and the official address oi t1�e $rn� shall be showz�. I2.6. Bids by individuals sha11 show tbe Bidder's nazne and official address. 12.7. Bida by joint veantures shall be executed by each joint venture in t�e manner indicated on the Bid Forrn. The ofFicial address of the join�t venture shall be shown. 12.8. All names shall be typed pr peinted in ink below the signature. 12.9. Th� Bid shall contain an acknowledgement of receipt of all Addenda, khe numbers of which shall be filled in on the Bid Form. CiTY OF FORF W012T'H Comsrtche Trail—HROM SrANJJARI) COAISTRUCTION SPECIFICATION DOCEJMEI�fT CPN: 103396 Revised/[Jpdated November 2, 2021 00 21 13 [NSTRUCTIDiYS TO B�DERS Page S of Iq 12.10. Postal and �mai� addresses and telephaae number far co�aa.unications reg�rding thEe Bid shall be shown. 12.11, �vidence of authority to conduct husi�ess as a Nanresident Bidder in ihe state of Texas sha11 be prowided in accordance wikh Section 00 43 3? — Vendor Compliance to State Law Non Resident Bidder. 13. Sabmission of Bids Bids sha11 be subznitted on the prescribed Bid Forrn, provided with the Bidding Docuzr�ents, at tk�e titne and place indicated in the Advertisemer�t or INVITATION TQ SIDDERS, addressed to Purchasing Manager of the City, and shall be eaeiosed in a.n. apaque sea�ed en�elape, marked with ihe City Project 1Vumber, Project title, the name and address o£ Bidder, and accompanied by the Bid security and ather required documents. If the Bid is sent tbrough the mai.l ar other delivery system, the sealed envelo�e shall be er�clased in a separata en.velope with the notaiion "BID ENCLOSED" on the iace of it. 14. 'Withdrawal af Bids 14.1. Bids addressed to the Purchasing Managex' and �iled with the Purchasing Office may be withdrawn prior ta the tirn.e set for bid opening. A request for withdrawal rnust be rnade in writing and delivered ta the �urchasiug Office to receive a time stamp prior to tbie opening o�Bids. A timel.y withdrawn bid wi11 be returned ta the Biddcr or, if the request is within ane hour of bid opening, will not be read aloud and will thereafter be returned unopened. 14.2. In tiie event any Bid for vc�bick a withdrawal request has bee� tiznely filed has been inadverte�k�y opened, sasd Bid and any record thereof will subsequently be maz'ked "Withdz�ar�n" and will be given no further consideration for the av;+ard of contract. I5. Ogening of Bids B ids will be opened and read aloud publicly, An abstract af the amounts of the base Bids and majar alternates (if any) will be made availahle to Bidders after the opening of Bids. 16. Bids Eo Remain Subject to Acceptance All Bids will remain subj ect to �ccepta�xce for a muYirnum of 90 days or the time period specified foz' Notice af Award and execu�ion and delivery of a corn.plete Agree�nent by Successful Bidder. Ciry may, at City's sole discretion, re�ease any Bid and nullify the Bid security prior to tl�at date. 17. Evaluatian of Bids and Award of Contract 17.1. Cify reserves tbe right to reject any or aIl Bids, including. without limi�atian fihe rights to xeject any or alI noneonforzning, nonresponsive, unbalanced or conditional Bids and to reject tl�e Bid of a�ny Bidder if City believes that it vsrould not be in the best interest of the Project to xnake an award to that Bidder. City reserves the right to waive info�alities not i�volving price, contract time or ehanges in the Work and award a contraci to such Bidder. Discrepancies between the multiplication of units of VG'ork and wiit prices wiIl be resolved �in fav�r of t�e unit prices. Discrepancies between the indicaked sum of any column of figures and the cozxect sum thereoFwill be resolved in favor of t]Ze correct sum. Discrepancies between words aud �iguz'es will be resolved in favar of tke words. GITY OF FORT WOKTH Comanche Trail— HROM STANDARD COldS'i'[ZUCTTON SPECIFICAT[OI�[ I]OCUMEAIT CPN: 103396 Ravised/LTpdated November 2, 2D21 OQ 2l l3 1NSTRUCTIONS TO HIDDERS Page 9 of l0 17,1.1. Any or all bids will be rejected if City has reason to believe that collusion exists among the Bidders, Bidder is an interested �arty to any litiga#ion against City, City or Bidder may have a claim against the other or be engaged in litigation, Bidder is in arrears an. any existing contract or has defaulted on a previous contract, Bidder has performed a prior contract in aa �ansa�isfactory z�anner, or Bidder has uncompleted work which in t�.e judgment of the City will prevent or hiud�r the prornpt completian of additianal wark if awarded. 17.2. In addition to Bidder's relevant prec�ualiiication requireznents, City rnay cansider the qualificatzons and expexiez�ce of 5ubcontractors, 5uppliers, and other pez-sons and organizatians proposed for those portions bf the Work where the identif� of such Subcontractors, Suppliers, and other perso�s and organi�ations must be submiited as provided in �e Contract Dacuments ox upo� the request af the City. City also may consider the aperating costs, maintenanee requiz-�;ments, perfoirmance data ara..d guaxantees of maj or items of materials and equzpment proposed for incorporat�on in the Work when such data is required to be subrnitted prior ta the Natice of Award, 17.3. City may cont[uet such inve�tiga�ions as City deems necessary to assist in the avaluation of any Bid and to establish the responsibility, c�ualifi.cations, ap.d iinaneial ability of Bidders, proposed Subcontractars, Suppliers and other persons axxd arganizations to perfarm and furnish the Wark in accardat�.ce with the Contract Dacuments to City's satisfaction within the prescrihed time. 17.4. Contractor shalI pe�form with his own organization, work of a value not less than 35°/n of the value embracea on the Contrack, unless otherwise approved by ihe City. 17.5. If the Contract zs to be awarded, it wiII be awarded to lowest responsible and responsive Biddez� whose evaluatio�i by City indicates that tbe award wi11 b� in khe best in.terests of the City. 17.£s. Pursuant to Texas Goveznment Code Chapter 2252,001, the City wilI nai award contract to a Nonr�sident Bidder unless the Nonresident Bidder's bid is Iower thau the Iawest bid submitted by a responsible Texas Bidder hy the same atnount that a Texas resident bidder would be required to uz�derbid a Nonresident Sidder to obtain a comparable contract in the state in which the nonresideni's pxincipal place of business is Iocated. 17.7. A co�tract is not awa�'ded until formal City Council authorization. If the Contract is to be awarded, City �rill award the Cantract within 9Q days a£tcr the day of the Bid openia� unless extended in writing. No other act of City or others will constitute acceptauce of a Bid. Upan the contract a�ard, a Notice of Award will be issued by the City, 17.7.1.The contractor is required to till out and sign the Certiticate of Interested Parties Formi 1295 and the fox�m must �e submitted to the Project Ma�ager befare the contxaet will be presented to the City Council. The form can be obtaine.d at https:/l`�fvw.ethics.st�te.tx.us/data/t'orms11295l1.Z95 ndf 17.8. Failure or refusal to comply with tlae requirements znay result in rejec�ion of Bid, 18. Signzng of Agreement CITY OF FORi WORTE3 Comanche Trail — HROM STANDARD CQNSTR[ICTiON SPECIi�'ICATiON DOCiIME�IT CPN: ] 0339b Reviseci/[Jpdated November 2, 2p2I aoz� i3 INSTRUCTIOTiS TO BIDDERS Page 10 a!' 10 18.1. When Ciiy issues a Notice of Award to the Successful Bidder, it will be accn�panied by the required number of unsigned counterparts oi the Project Manual. Within 14 days t�ereafter, Cflntractor shall sign and deliver the required number of counterparts of the Project Manual to City with the required Bonds, Certifcates af Insurance,. and all other xequired documeatation. 1$.2. City shall thereafte�� deliver one fully signed counterpart to Contracior. END OF SECTION C1TY OP FQRT WOR�'H Comanche Trail — HROM STANI7ARA CONST`AUCT[OiJ 5PECIFICATION DOCIIMENT CPN: l03396 Itevised/'Updated November 2, 2U21 04 3513 CQNFLICI' OF 1�3TEREST STAT�MENT Page 1 of 1 S�CiION OU 3613 GONFLICT �JF Ii�?ER�ST STATEMENT �ach foidd�r, offeror �r respan�ent #o a City of Fort Worth pro.curement is requir�d to complete a Confli�t of Intere�st Q,uestionnaire or cer�ify that one is current and vn file with �he Ciiy Secr�tary's C?ffiiee pursuar�t #o stafe law. lf a member of the For� Workh City Co�rtcil, any one or mare o�'the City Manager arAssistant Cfty Manager�, or an agent o# the City who �xercise diseretion in the planning, recnmmending, selecting or contracting with a bidd�r, offerar or respondent is afflfiated with your campanyx then a�ocal Gavernment Officer Conflicts Disclosure Statement (CIS} may be required. `fau are urged to consult with counsei regarding tF�e applicabiEity ofi fhese form� and l.ocal Government Code Chapt�r 'i 76 #o your company. Tl�e referenc�d forms may be dawnlaaded from the links provided below. �'ta.r� �14 f����t�I�;�r�st �3+ost'�one��e]Yl.��� h.� �:/ �t . s,� t�.t�a.usld�t�lfarrn�(c��f�i�tl�l�, df ■ , � , ■ � , ■ 1 ■ �ID���. CiQ Farm does not apply CIQ Form is on file with �i�y S�cretary �IQ Form is being prav�d�d �o the City Secre#ary CiS Form daes noi apply GIS Form is an �'iEe with City �ecretary CIS �orm is being provided ta t�e City Secretary Klu#z Constructian LLC p.0, Box 'E 8� Kennedal�, 7e�cas 76060 �r�� oF s�cT�on� CfTY QF FdFiT WE}RTH STAi�DARD CO�ES7RUC710EV SPEClF1GATlOf� DOCUM�NiS Ft�vised F�bruary 24, 2020 By. Char lut � � � Signatur : -t �„ T�tie: Managing P�rtner Comanche Tr�il �Id ptap.osal Warkbook OQ 41 00 BID FORM Page 1 oi 3 sec�oN oo a1 aa BID FORM 70: The Purchasing Manager cfo: �he Purchasing Di�ision 200 Texas 5treet City of F'art Worih, 7exas 76102 FOR: Comanche Trail FiROM City Project No.: CPN: 103396 UnitslSections; 'I. �nter Into Agreement The undersign�d Bidder proposes and agrees, if this Sid is accepted, to enter ir�to an Agreement with City in #he form inciud�d in the Sidding I�ocuments to perform and furnish all Wark as sp�ci�ied or indicaied in the Contract Oocuments for the Bid Price and within the Contract iime indicated in this Bid and in accordance with fhe a#her terms and conditions of the Contract Documents. 2. BID�ER Ac{cnowledge[t�ents and Certificatior� 2.1. In submitting this Bid, �idder accepis all of the terms and conditions of the iNVITATION TO BIDDERS and 1NSTRUC710NS TO BI�DERS, including without limitation those deal9ng with the dispositian of Bid Bond. 2.2. Bidder is aware of all costs to provide the required insurance, wil! d4 sa pending contract award, and will provide a �aiid insurance certificate meeting all requirements with€r� 14 days of notificatian of award. 2.3. Bidder certifies that this Bid is genuine and nat made in the inf�rest of or on behalf of any un.disclosed individual or e�tiry and is not submitted in conformity with any collusi�e agree.rnent or rules af any group, assncia#ion, organization, or corporaiion. 2.4, Bidder has nok cEirectly or indirectly induced or solicited any other �idder to submit a false or sham Bid. 2.5. Bidder has nat salicEted or induced any individual or ent9#y ka refrain from bidding. 2.6. Bidder has not engaged in carru�t, firaudulent, collusive, or coercive practices in competing for the Contract. For the purposes of thls Paragraph; a. "corrupt practice" means the offering, giving, receiving, or soEiciting of any thing of value likely to influence the action af a public official in the biciding process. b. "fraudulent practice" means an intentional misrepresentation of facts made (a) to influence the bidding process to the detriment of City (b) to establish Bid prices at artificial non-compeiitiv� le�e.is, or (c) to deprive City of tha benefits of free and open campetition. c, "collusive practice" means a scheme or arrangement between two or more Bidders, with or withaut the kna5n+ledge of City, a purpose of which is ta establish Bid prices at artif9cial, nnn-competikive levels. CI'1'Y QF FORT WaRTH STAN�ARD CONSTfti1CTIaN SPECIFICATION qOClilaIENTS '�"'amlallti Ik' '�r�+� -���� Revised 913012p21 ���; ��}���, 40 41 40 BlQ FDRM page 2 pf 3 d. "aoercive practice" means harmfr�g or threater�kng to harm, dire�tly or indirectly, �ersons or their pcaperty to influence their participation in ihe biddir�g process or aff�ct the exect�tiort of th� Contr�ct. 3, Prequali�cation Th� 6idder acknowledges that the follow�ng work types rnusi be perFarmed anly by prequal€fied confractors and subcontractars: a. VlJater and Sewer b. �lectrical c. - d. - e. - f, - �, . h. - 4. Time of Com��etinn 4.i. The Worfc wilf be compleie for Final Aceeptance within 365 days afterthe date when the the Contract Time Commenc�s to run as provided in Paragraph 2.03 of the General Conditians. 4.�. Bidder accepfs the pro�isions pf Ehe Agreemenf as to liquidated darnages fn the ev�nt of �ailure to complete the Work {andlor aci�ievemer€t ofi Mi€estones} with�in Ehe times specified In the Agr�ement. 5. ��tached #o this sid The fallowing documents are attached to and made a part af this Bid: a, This Bid F'orm, Seciion OD 41 4� � b, Required Bid Bond, Sectlon 00 43 93 issuad by a surety meeting the requirements of Paragraph 5.01 of #i�e Ger�eral Cond.itions, c. Propasal Farm, Sec#ion 00 �42 43 � d. Vendor Compfiance to State Law Non Resident Bid�er; Section 00 43 37 ' e. MWB�, Forms {ppkional at time of bid) f. Prequalifieatior� �tatement, Section 00 a5 32 ✓ g. Conflict of Inferest Affidavit, Secfian �0 35 13 J *If necessary, C]Q or CIS forms are ta be pra�lded directEy to Gity Secret�ry h. Any additional dacuments that may be required by 5ect�an 12 of #he Instrucfions to Sidder�s CITY OF FbRT WORTH STANCIP,RD Cf7N5TFiUGTIt}N SPEGI�IGATION EJ�CItMENTS Reuised 8l3012021 Comanche 7rail Bid Proposal Workhook 00 4'! 60 8iD �'QRM Page 3 oF 3 G. Tata! �id Amount fi.1. Bidder wil! comp[ete the Worlt in ac�ardance with the Contract Documen#s far the fo[lawing b{d amount. In the space pr�vided below, please e�ter the total bld amount fr�r this praject. C3nly t�is figure wil! be read pubfiely by the City at the bid openin�. 6.2. !f is underst�nd and agreed by the Bidder in signln� this proposal that the total bid amQunt entered �e1ow (s su�ject to v�ri�cation andlor rr�odlfication by muEtEpfying th� unit bid prices fot each pay Itern hy the respective estimated quantities shown in this ptnposaf and then t�taling all of the extended amounts. T�fal B[d 7. �id Submittal « ��� � �� This Bi� is s�bmitted on by the entity named beiaw, s e full sula ed �� Re p y � g . �. � �� Y• �Signaiure) �� i�5 '��` � $ c.t:-� -� (Prirlte�i Name} Title: YV'1 �1[,irl�c� f`�� �Gl��"+r�B� �J Company: KI€�tz Construction, L�.0 Address: P.O.Bnx �85 Kennedale; 'Tsxas 76060 �ta#e of Incorporatian: 7exas � rt ,_ ., _ E1118;I1: �„��'�;1� �I�.SI,��.C��l`iS71�-{�{1or'i .�vrr+ Phnne: �'1� "�[# �' �� i �NR O� SECTIdN Corporate Seai; � :- ; CITY 0� FdRT WORTH STAN�ARD GON5TR[lCTION SPECI�I�ATI�N pOCUMENTS Reviserf 913Dl2c22"1 Garoanche Trail �id Proposai WorSi6aolc 0o az aa aio rRoposa�. Page I or2 S�C�"[ON 00 4� 43 PR4POSAL FOItM Gkl'1' A� FpRT �YURTH STANDAllO CDNSTRI?C770N SPEC]PICATi4N DaCUtvFEN75 Reelsed 9I31113621 ComnncheTrnil Bid ProposnllYotk6avk Uli�IT PR�CE ��D Bidder'� Application 00 �x aa 910 PLiOFOSAI. Paga 20[2 �tvn oF s�c�r�arr elrr �br• FORT NnaTH BT:Ih'aAEtD�C0133TRl1CT10N SpECI(7CA170N �QCll3v1E�N7'S Ilariaei19134lZp2i SECTION OU �32 �43 PI�OPOSAL FORM ��,894,oso.ao CamnnchvTr�ii Bid Pmpasql \4arkbaok UNIT PRICE BTD Bidder's Applicatxon B�D BOND Tha Arnerican Tnstitute af Architects, AIA Docuiinent No. A310 (�'ebruary, 1970 Edition) KN�W ALL MEN BY T�iESE PRESENTS, that we IKlutz Gonstruction, LLG as Prir�eipal herexnaft�r ealled tha Prin.aipaI, anci Vi�zlant Iz�surance �ompazl'y .�^_ __ as �ur�ty, hereinafter called t�Ze Surety, are held and �'irrnly baund unto ���y o� �'Qzt Wo7r�h, TX as Obiigee, here:�z�a;�ter aal�ed the �bligee, in t�e sunn af S�i,V'e Pe�'cexzt ��S1d An�.our�t 5� Dollars ($ _-___.............._.._,.._...... }� fnr the paymeat of vc�hich sum well and �ruly to be made, ihe said Principa! and th� said Surety, bind ourselves, our �leirs, ex.ecutors, administrat�rs, aucoessors and assigns, �aintly and saverally, £irxn,iy by thase preae�ts. �hiHEREAS, the Prineipal has subrnitted a bid for Cazxaanche Tra�l Hazardous Raad Overtopping ------ -- - - -- ---Miti ation Pxfl'ect . . � � � � J� , _ _ NOW, THERE�ORE, if the Obligee shall accept the bid o�`the Principal a.z�,d tb,e �zir�cipal shall ent�r into a�ontraet with the Obligee in accorriance with the terrns o�' sueh bid, and giva such band or bonds as may be speci.f�d in �he bidc�ing or Contraat Documen�s with goad and suf"fici�nt surety far th� fai.�hfuI perforznar�ce. o� such Contract and fnr tYie prornpt payment nf Iabor and rnaterial fiirriished in �e prosecution thereof, or in t�e event of the failure of the Principal to enter such Contraat and gi�e such band or bonds, if the Principal skzall pay to the Obligee the diffexence not to exceed t�e �e�alty hereaf between the am.ount speaz�"ied in said bid and �ucI� larger amaunt for v,rhich the Obligee may in g�ad �aith cantract �vith anotl�e;r par4y to perform tf�e Work covered by said bid, then this obligatipn shalI bs null and void, otherWise to rernain in full €orce and effect. � Signed and sealad #hzs ��h d�y of , . ���' . ., 2�22 � Z �"'U TZON T�L� rinci (5ea1) ��PY� �� By: � ' �e.r�- Nam elTitla VIGILANT INSURANCE �OMPANY /' Surety iseaq .,f�� /''.��) By; �f � �� Kyle VIT, 5va'eeney Attorney-in-Fact �� � � �� Pnwer of Attar.ney �edexallnsuratzee Campan.y l'Vi.gillant�iisurance Co�npany.� Pacif'zcIi�demili�y Gom�any IFnaw �Il by Thesc Presents, Th�C'RBpI{R?il. i3VSURAIQCE CQI4IPMI7C, an TndEana carpoeatlon,'VIGII,ANT IIVS�FANCB CQI�ANY, a New Yor3c enrporatian, and PACI1+iC Q+1DIiriQNITX COMPAiVY, a Wiscansin carpnraHon, do each hereby conscicute and appofnc �1lxabeth Gray, Charles �, 5inleeney, Kyle W. SWeeney and Mlchaef A, Sweeney of Fort Worth, Texas —._..__-------------------------_.._-----------_-__-___...r__W------•--_—_----------�._.____-------------------- . eaeh.as their lrue and lawfitl Attorney-ln-PaCt to execute under such.desl�nation in thelr �ames and ro aftlx their cotporate seals to and deilYer far and on their behaiPas surery themon or other�vise, bonds, and undertaktogs and vther �vritings nbllgatory fn .the naturp thereof {other than ball bonds) given or execufed in the caurse �1f bt�siness, and any [nstrumeets a[nending or altering the same, and �ansents tothe mod�ficatlon oralteration ofanylnstrument rePerred to in saldhonds arahligarians. rn Wllacss VVhexeof, sald �EnIIRAL I�iSi1LtANCB �a14�.'e3i3Y 'VIGICJ►NT IiV3�TRAPiCB CDMPAAIY� and PACTi+IC INAEH[IVPI'Y COMYAIVii have each.executed and attested these nresents and af�xed theircorpora[e seals:on thls JG'� day vfBeptembex, 2019. ��A9-�5''t`^��"�l • ��� lilWki iY1,GlAm•e�,,vLs�;1�I�YurSecrciaiy ���� ����� ��j., i4ATHERfN� J. At7HLAAR NOiqRY i'UOiID PF F�1EW J�FiS�Y FEa. 23i668H {3o�ntnlaslon EuAkAs July �B, �07�# 5Ti1TS OF NC4W]��SY Cnunry of Hunterdun �. pn this 16'� day otSeptetnber; 20l9, befare me, aPfaCaryPublic of Ne�v3etsay Personalfy came �a�m Nf. Chlora&, to me known tv be Assistant 5ecretary aFRSDgRAI. iAESURANGE CpMPAIVY, VSGSLA�fT INSURANCS. COMPAIriY; and PACff'IC 1MA�INDi1TY GOMPPi,i+%1!. the companles whiclt executed fhe: foregning Poaver oF Attorney, and the satd �awn 11'f. Ch[pros, heing 6y me duly swnrn, did depnae and say that she is +[ssistant Secretary of F6DERAL 1NSUIiANC6 C�ivIPANY, VICILANT INSURA`33CE COMPANY, and PACIFIC IN�BNiN�t'Y C014IPANY and Emo�vs the corpnraCe seals thereoP, that the seals affixed to the foregoing Power �F Attnrney are such wrporace seals and �vere thereto a�tixed hy authority of sald Companiess and tha[ she slgned said Po�1er oF Attorney as Assis#ant SecreEaiy oPsatfl �ompanies by like authorityz and,that she is acguainted tivlth Stephen Nf. Haney, and lato�vs hlm tn be Vice Presldent oFsaid Cnmpa�ies; aztd thakthe signature oFStephen M. Harteq� snbscribed to sa4[! $awer ofAfta«ey 1s ln the genuine h�ndwriGng af 5te�hen M. Naney, and was'thererosuhscdbedbp authority oisaidCompanies and in deponanCs peesence. Nntaria18ea1 ' tLq�ARY ��� Fus�ya JERg 7fh day o� July 2022. ��'°1,�� C�RTIE�IGA�TIOi�I I�esoludons adaptedby the Bvards oFUi�e�to�s of T�E]7ERAL I�fSUAA1ilCE CAM�'AiVY, VI�u.ANT13�11SURANCS COMPANY, and PACIPiC IiVIIE1ti�iNTTY CAA4eAf�Y anA�gask8o, Zo16: 'RESOLvso, tt�at the followJngautha[Iqallons mlate to the executlon, far and on hehalFaf'tha Gompany, oihpn@s, undertakings: rerngnixances, mntracis andnther wrltten mtnmitmenfs nf the Cor�panY entered fnto {n U�e acdh�a .rycdurae af�us[oess {eacha"WeStten Cunsm[�ent"�; p) Fach .oF the Cl�airman., the President and ti�e Vlce Freslden�s oF t�e Company 3a herehy authacizecl toQxeculea�y Wrltten_Cvmm[unent Fnr and on beha�'ofthe Cnmpanp, under [he seal qFthe Compaoy or othenvEse. (Z} Eactt duly apputnted attarneyinfact af Ihe Company is hereLy authatized to execute aoyWrltten C.amm[tmeni for and fln 6ehalF oithe Compaqy, under the seak af the Company or oil�ernise, to the ex�ent that suchact[on Isauthorlxed by the grant of powers provlded far In sucli pecsan's wrltten appolnpnent assueh attorney-In-Fact, (3) Fach oF tiie ChaUrnan, the Prea[dent and �e Vice� Fcesldeors oF theCompany'lsherehyauthorized,farandon betialfoFlheCompany,tnappolntinsvtlling any persan lhe aitoroey- in-fact of the Company wllh 11+11 puwer andaulharitytoexecute, (or and on behalFoftheCompdny. undet� the sealoFlheCampanyaroihenvl'se,suchWrittenComndtmentsafthe Company as aiay bespeclt3ed 1n auah wr[tten agpofntmenl, wl3tch speclRratEon may he 6y general type ar class oF Wr�tten Cammltments ar by apecl�catlon of une or more particular W�Stten Commiiments. (4) i�ach aF the ChaErrnan, the Prestdenc and the Vlce Freshdents oP tt�e Company fs hereby aulharized, foe and anbehalfoFthe CompaTry; tu delegate in wdtingto any offier ofticer o€the CompanyUeeaut�odtytoexecute,fara�ldan hehalF aF 1he Cam�y. undec the Campany's �eal or olherwlse, such WduenCommllmentsofqseComQanyaserespecllled,Insuch tvdtten.delegaUon�wtiE¢hBpecElltatTou may 6e by generai typear elassaflYr�tten Cummltments or 6yspeclt7catlanoFnneormoreparticuiarlVrittenComm[vnents. (� TheslgnatureoFanyo�cerorat�erpersonexecutln�anyWztfte�tCammltmentorappolnlmentardetegatlnn,pursuan[tothlsReSnWllon,andlhesealaftheCampaay;may6eaftixedby facslmil� nn such Wrlften Camrnttment osivrittw appalnCmenl or delegatlon. pURTHER k�gSaLVE�, that the faregoing ResoluUan ahall not 6e deemed to he an excluslve statement af Ihe �owets and autbority o€oiEltera, employees and olherpeisons toact tbrand nn behalFoF theCampany,and5uctrResoluitonshallnat[Gnftorothenvisaalfecttheexerclseafanysucl�powerorauthorltyathenvisevaf[dlygrantedovvested' ' [, Datvn.141. Chloros, ASsistantSeeretary nf PBRERA6IHSiIl�ANGE� C0�1r[I'ANY, VIGILANI` INSURANCE CO1tilIPANY, and PAC[L'IC 1NI7EMNITY CA3NPANY (the "�ompanfes"): do.hereby certlfy#hat (ij the foeegohsg Resoludons adoptect by the Soard vfAlrectOrs Uf theCompanles are teue, correct and ln fitllfaree and ei�ect (in the forego3ngPn�ve�' af Attotneyis true, correct ancE in fullfarce andelFect, Given undar myhand and seals of said Companies at Whltehnuse Starlon, Fy1, kids � � ' —"" �+ '' �. � 8Y '.� •� � � y � �h �� IPE TH6 �V6iVT YOU GY19H TO �'(�". Y' � �.-,.../ SI�E�hssn �1, [�l�tne�y. L'ir� Pre,sid��n[ � ��-� � �'�� .��� Nmary nuhNt l��vrn k� fh�rN•c�.h.�w{�i�ntStti_rEai3Y OR N07'IPV US OP ANY 0'F'HBR MA'i9'BR,1?I:GASG coNTAC3' ll5 AT: EEo-VlG-P1 �ray.08-te} 00 43 37 VEN�QR COMPLIANCE T� �TAT� LAVJ Page 1 flf 1 S�GYiON DO 43 3i V�NpQR G.�MPLlANCE TQ STAT� LAW N01� RESIDEI��' BfD�EE� 7exas Government Cad� Chapter 2252 was adopted for the award of contracts to nonresident �idders. Thi� law provides fhat, in order ta be awarded a confract as Inw bidd�r, nQnresldent bidders {out-�f-state contractnrs whase corporate offices Qr principal place nf l�usin�ss are at�tside the State af Texas} bid projeci� for construction, improvemen#s, supplies nr services in Texas at an amount lower t�an the Eowest Texas r�sident bldder by fhe same am�unt #hat a Texas resident biclder wo�id be requi�ed to und�rbid a nonre�ident bidder in order #o obtain a corrtparabEq cnntraci �n th� Stat� w�ich the nonresident's principal place af busine�s is located, The apprapriate blanks in Section A must be filled out by �fl no�resident bidders �n order for your �id to meef sp�cification�. 7he fai[ure of nonresident bidders to do so wll[ sutomat9cally disqual€fy tk�at bidder, Resident bidders must chec�c the bax in 8ectinn 8. A: Non�esidsnt bidders in the 5tate nf , aur principai place o# business, er� required ta be percent lortir�r fhan residsnt bicide�s by Sfaf� Law. A copy of the statute is attached, l�onresident b➢dders in the State of , our principal place of business, are no# required ia undErb.id resideni bidd�rs. B. The prineipal plao� of husiness of our campany or our parent company or majori#y owner is ir� the Stat� of Texas. ❑� BIDDER: Klutz Construct�on, �LG By: rlie � ' , �- (�ignatur�) Titfe: Managing F'artner I]ate: "a�� � �r ��� � �ND (3�' ��CTION CITY OF FdRT Y�Oi2TH Si'ANbAF�i] CONSTRUCTEON �PECIFf�ATiON �OCUM�NTS Re�€sed 9730I2421 Gortlanche 7fall Bld Pf�po9�i Work�opk 004511-1 BII]�BRS PREQUAL�TCATTONS Page 1 of 3 2 3 4 5 6 7 8 9 10 11 12 I3 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 4$ 49 sECTTON o0 4� ii BIDDER5 PREQUAL,IFTCATIONS 1. Snmmary. ABidder or their d�signated suhcontractors are required to be prequalif'ied or have appIied for prequalification by the Ci�y for the work types requiring prequalif"ication prior to subnnitting bids. To be considered for award ofcontract the Bidder rnust submit Section 00 45 12, PREQUALIFICATION STATEMENT far the wark type{s) Listed with their Bid. Any cozatractar or subcontractorwho is not prequalified for the work type(s) Iisted must submit Seetion DO 45 13, PREQiTAL1FICATYON APPLICATION in accorc3a.ace with the requirements below. The informatiom m�st be suhmitted seven ('n days priar to the date of the ogening of hids. Subcontxactars must follovv the same timeliries as contractoxs for obtai�vng prequalification review. Bidders or Subcontractors who are not prequalif"ied at the time bids at'e opened and revi�w�d may cause the bid to be rejected. The prequalif�icatian process will establish a bid limit bas.ed an a technicalevaluation and financial analysis of the co�tractor. Foxexample, a contractorwishing to submit bids on prajects ta be opened on the 7th of April must �'ile the inform.ation by the 31st day of March in order to eligibie to work on thes e projects. In order to facilitate the approval af a Bidder's Prequa�if'zcation Application, the follo�ing must accompany the submissian. a. A complete set of audited or revi�wed financial statements. (1) Class�ed Balance Sh�et (2) Income Statement {3) Statement of Cash Flows (4) Stater�aent qf Retained Earnings {S) Notes to the Financial Staternents, if any b. A cez�t�ed copy oFthe fi�m's organizational docurnents (Corpozate Charter, Articles of In.corporation, Articl�s of Oz'gan:i�ation, Certif'icate of �'ormation, LLC Regulations, and Certificate of Limited 1'artnership Agreement). c. A completedAidder Prequalification Application. (1} T�ae firm's Texas Taxpayer Tden.tz£�icationNurr►ber as issued by ihe Texas Comptro�er af Pu�lic Accounts. To obtain a Texas Taxpayer ldentification number visit the Texas Camplxoller ofPublic Accounts onlir�e at the fo1lowing web addxess www.window.staCe.bc.uslt� iil and fill out the applic ation to apply �'or your Texas tax ID. (2) The firm's e-ma� add�eess and f� number. (3) The firm's DiJNS number as issued by Dun & Bradstreet, This nuz�ber is used by the Ciry fox required report�g on Federal Aid projects. The DUNS number may be obtained at www .dnb.com. d. Resumes reflecting the canstruction experience of the princitples of the firm for firms submitting their mitial prequala�"ication. Theseiesurnes should inclUde the size and scope af the worlc performed. e. Other itzformation as requesied by the Czty. 2. Prequalification Rec�uiremenis a. Financaal Statements. Financial statemerit sub�xz�ssion must be provided in accardance with the followirxg: (1) The Ciiy requires that the flriginal Financial Statament ar a cert�ied copy be submitt�d for consideration. CFI'Y C3F FDItT WORT[-I 3TAIVDARD COhTSTAUGTION SPECIEICATIONDDCLTMEN'CS Revisetl August 13, 2021 Comanche Trail - fIR�M CPN: ]0339G Oi14511 -2 BIBDERS PREQUALIFICATION5 Page 2 of 3 7 8 9 10 11 12 13 14 15 16 17 18 I9 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 3S 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 b. (2) To be satisfactory, the finanaial statements must be audited or reviewed by an mdependent, certif'ied publze acc ounting firm registered and rn goad stan.ding in any state. Current Texas �tatues aiso requr�e tJ�at accounting firms perfaraa:�ag audits or reviews on business entities withui the State of Texa� be prope�•ly Iicensed ar registered with the Texas State Boa.rd of Public Accountaney. (3} The accounting firm should sta�� in the audit report or review whather the contractar is an individual, corporaiion, or limited �iability co�npany. (4) Financ ial Statements must be presented in U, S. doIlars at the cuz�ent rate of exchange of tMe Balance Sb.eet date. (5) The Czty widl not recognize any certified public accauntant as independe�t who is not, m fact, independent. (6) The accountani's opinion on the financial state�in.ents of the contracting compa�ay should state that the audit or re�ievtr has be�n canducted in accordaz�.ce with auditing standards generally acc�pted in the United States of Annerica. This must be stated in the accnunting firm's opinion, It should; (1) express an unqualified opinian, or (2) express a qualified opiz�on nn the statements taken as a whole. {7) Tb.e City reserves the right to require a:aew statement at any time. {8) The financial statement must be pxepared as of the last day of any mar�tn, not more than one year old and nnust be on file with the City 16 nnonths th�reafter, in accordance with �'aragtaph 1. {9) The Ciry wi1l aetermine a contractor's bidding capacity far the purposes of awarding contracts. Bidding eapacity is determined by multiplying the positive net working capital (warking capital— current assets— cnzx-ent liabilities} by a factor of 10. Only tl7ose statements reflecting a posztive net working capital posit�on will be considered satisfactory for prequalificatian purposes. (10) In the case that a biddit�g date falls withJn the tirne a new fivancial statement is being prepared, the previous staternent shallbe updated with proper veri�cation. BidderPregualiffcationApplacatian. ABidder Prequalif�ication Application mustbe submitted �long with audited or re�iewed financial statements by �irms �,vishing to be eligible to bid on all classes of construction andrnaintenance projects. Incomplete Applicatians will be re,�ecfed. (1) In those schedules where there is nothing to repart, the noEation of "None" ar "N/A" s%ouId be inserted. (2) A minirxi;um of iive {5) references of re�ated wnrk must be provided. (3) Subm�ssion of an equipment sehedule which indicates equipmenk ura.der the control of the Contractar and which is related to the ty�se of vaork for which f.he Cantactor is seekiti.g prequalification. The schedule must include the rnanufacturer, nxodel and general common description of each piece of equipmez�t. Al�breviatiflns or means af describ�izi� equiprnent oiher #hanpxavided above w�71 nat be accepted. 3. Elig�bility for Award of Cantract a. �"he City shall be the sole judge as to a contractor's prequalifzcation. b. T�e City may reject, suspend, or modify any prequali�'ication for failure by the contractor to detnoz�strate acceptable financial ability or p�rformance. c. The Ciry wi31 issue a lat�er as to the status ofthe prequali�"zcatian approvaL CTTY OF FORT WORTI3 STAI�lDARD CpNS'TRUCTION 3PECIEICATION DOCUIvIENTS Revised August L 3, 242 L Cqmanche Trail - FTROM CPN: 103396 00 �s i i - s BIDDERS PREQUALIFTCATIONS Page 3 of 3 1 d, If a contractor has a valid prequalification letter, the cantractor will be elig.ib�e to 2 perform the prequalif'ied work types until the �x.piration datie stated in tb.e letter, 3 4 5 g END OF SECTION 9 CITY OF FO1tT' WOi�TH Comanche Trail - HRpM STANDARD CONSTiZUGTiDN SPECIFICATION DOCL�MFIVTS CPI�T: 1 D3395 Revised August 13, 2021 aa aa �z pR�4UP;LI�ICA710�! STATEMENT f'age 1 of 1 s��ricrr� oa a� �2 �F2EQi�AL[F]CATION STATEI�lEN7 �ach Bidder fdr` a City pr�curement is required to corr►plete fhe informa#ion below by iden#ifying the prequalified cnntractars andlor s�bContr�etars whom they iniend to utilize for the major work type(s} listed. Major Work Type GontraeEorlSu�cnntr�cinr Comp�ny Name �'���ualifl�ation �xpirat�pn DaCe W�fer and Sewer Woody Can#rae#ars ����+ �� Electricai E�e�n Electri�al `� � t'� � �-� The undersigned �ereby cer#ifi�s that the cantraetors an�/ar subcontr�ctors �lescribed in the table abnve are c�rrently prequalified for the wark types (isted. L����:� Klutz Constructiion, LLC P.�.Box 185 Kenneda[e, 7exas 76060 0 � gy: R� � (signature} Title: Q� r i�� i� � i�?� �:� Date: +��'�`'"iF � ����- CITY �F FbRT WC?RTH SFANdAR6 CflNSTRUCTSON SPECIF3CATIDN l70CUM�NTS Revfe�d 09130l2621 �Nt] �F S�CTID�1 ComancheTrell eld Propr�sal l+�lorkhook __.. � ...�... J v i v w��x s. ti �'orporattons Sacti.on P.(�;�ox I3697 hustia, T�as 787f 1 3G97 .,� �c.i vv a; ao �A�.�, G./ Z tilghtFAX ���'�� ��a � � � x F ��`��� o� ��e �e�re��� o� ��ate CERfiIFxCATE �F �IL,ING �DF �L�TTZ CU�rT�TRUCTZON, L.L,C. Fi1e Nu.�nb�r: 8006542�8 Roger �Villiarns S.ecratary af State The unders�gned, as �eez�etary of �taie a� T'exas, her��y c�t'rfzes t'ha.t a��r�ificar� of Forn�a.tia� for �he a�av� �eci Doinestie Limified Lxabili�,y Cort�patzy (LLC) .has �een receiveci s� #.�s o£�ce ant! has beaz� foun,d �ta canfa�n tv ttFe app�icab�e grovisions crf �aw. ACCURDiNGLY, �z� �n��igned, as SecretaYy nf S�e, and by v�xi�e af the autb.�r�� vested i� th� secxetary by I�.w, hereby issues thi� cert�cate evideneing f�int� effective on ttie c�ate shown b0�aw Tb.e issuance of this certif'rcate c�oes not auElwc�ze. tfr� use of a nau� "rr� t�is state in viola,t'rvn a£ the r�ghts o�a.unther ur�der ttie federa.2 Trad�m�rk Act of 1}A�6, ttze Te,�as t�ademark �aw, fhe Assnmed Busirzess ar Frofessional Na�ne Aat, Qr the commo;� Iaw. �. -. 1 11 � - ! 1!� �. _ � ��,��, ��� �3� �,�� �� � ��►��� ��'�f, �i�. �X\ �. r �►�����> �, 1���� �z � � G � �OgBT �I�lc'i.i115 s�`eCl'0� Q� �.�'��,'�0 Come visit us an the inte;r�at at htip:liwvrvv.sas.�tate.tx.us/ Piaona: (512� 463-5555 T�ax: (512) 463-5749 1TY: 7-1-I Prapared by: Daiar�s Moare Document: i2916�3.G0002 ���u�,�►Y3o�� o� K�iiT� �Q�fS�`RUC�NO�I, L.L.C. ln accordance wi#h the Texas Limited Liability Com�any Act, the undersign�d member of KL�iT� C�NSTRUCTI�N, L.L,C., hereby ado.pts the fo!lowing I�eg�fations of KLuT� CONSTRUCTION, L.L,C,, a Texas f9mited liabifity company, r�ferred #o in thes� ArE�cles as the "Company:" Power �a 5pscify Regulations 'i . The pawer fa adapt, aiter, amend t�r �e�eal the regulatEans of the Company is entirely vesfed in the members. Au�hority �o Coni:raci on �eha4f of the �ompany 2, Each af fF�e managers ha� the a�thority to enter into contracts and incur ob�igations on behalf ofi the Company. �xecu�ior� af �ocuments 3. Any one of the managers has autho�ity ta �xecute documents and instrum�nfs for th� acquisian, morigage, or disposal of proper�y on hehalf af the Campany. Number of lYlanage�s arid Fclecfiion afi Mlanagers 4. The Company shall have an� ar m4ee managers, The �nitial mana:ger sha�l be CHAR�.ES iCL�TZ. GHAF�LES KLi7T� shalf serve as manager until May19, 2007, which shall be the da�e o� #he first annual me�ting of the memhers, Except as specified e[sewhere in the AriicEes, the term of ser�ice �or fhe mana�er s�afl be ona (1} year, to expire ort il�e date af each a�tr�ual mee�ir�g af the m�m�ers. Any ane manager may act on bei�alf of the Company. Removal o� a ti�anger by Conse�nfi ofi Members 5. At any meeting af inembers calle�f expressly for th� purpose, any manager may �e removed �or any �'easan, with or withaut cause, an resol�a�ian a�o�t�d by the members. �emhership �on4ribution 6. Contributions �a the Compa�y �y each mem�er shall �e as foltaws: CHARLES KLtiTZ has mad� a cantribution v# cash or pro�erty �alued at $500.�0. ANG�LA KLtiT� has made a cantri�ufion of cash ar property ualued at $500.00 Th� membership Enteresf of the Compar�y shall �e held as foilows: CHARLES KLUTZ - 50% and ANGELA KLiiTZ ��0%. �fficers 7. (a) The managers may desi�+�ate one or more person� to b� officers of #Yte Campan.y. No officer need be a residen� af th� St�te c�f Tex�s, a member, ar a manag��. Any officer so designated shall have such authority and perForm such �uties as fhe manag�rs may delegate �o them. The managers may assign titles to particu�ar officers. U��ess the manage�s decide a�herwise, if th� �itfe is ane commor�iy used for officers of a�usiness corporafion utider the Texas B[asiness Corpa�atiort Ac#, �he assignm�nt n� such fitle shafl canstitufe t�e de�egatian fo s�ch Officer of the aufhority and du�ies that are no.rmally s�loject to that affice, subjec� to any specific �elegaiiQr� afi aufhority and duties made to �ne ar more fUlanagers, or any delegation of aufihorify and d�aii�s made to one ore more Mana9�rs �ursuant fo t�ese r�guiations. Each officer shall hold affice until his s�ccessor shall be designated and shall q�alify unti{ h�s death ar until iie shafi resign or shall be been removed in the manrter �ereir�after provided. Any num6er of offices may be heid by the same p�rsan. The salaries o� at�er campensation, if arty, of �he officers and ag�n�s afi the company shaH �.e ffxed by t1�e manag�rs. (b) Any officer may resign �s such at any time, Suc� resignatior� shall b� made in wtiting an� shall take eff�c� at the time specified th�r�ln, or. if no fime be s�ecified, at i�e iime of its receip� by �h� managers. Accep�ance ofi a resign:a#ion s.hail not be necessary #o make it effEcfive, urtless expressly so �rav�ded in #he r.esigr�ation. Any offiae.rs may be ��rrinved as such, e�fher with �r w�thaut caus�, by ihe managers wh�never in their �udgrnent th� best interesi nf th� company will be servad fhereby. Provide�, however, such remo"val shal! be w�thout prejudic� fa the cnntraat rights, if any, of #h� person so removed. �esignafion af ar� office� shall rtot of its�lf create contrac# rights. Any vacancy oceurring in any office of t�e Company (other fihan manager} shall b� #Iled by fhe rnanagers. Req�es�s �or Records 8, A11 req��sts by m�mbers or assignees of a memb�rship interest for copies of th� Company recards must be sent to GHARL.ES KLi�TZ at 321� Pr�ston Hallow Rd., Fnr� Wor�h, Texas 761 D9. New IVYembers 9. A person may b�cor�le a mem�er af tt�e Company if adopted by vote of 60% of the existir�g members. Vo�e an Acfion hy [I�em�ers 1�. An act nf �he memb�rs of recar�s is effeciivs if 6�%fl of the m�m��rs' votes adopt the act at a meeting at w�ich a quorurrm af inemE�ers Es pres�r�t, in accordance with ff�e following voting regulations; Number of Vo#es a. Each mem:ber is �ntitled to one vote. NofEce of Meetinas b, For ar�y meeting at which a matter is ta b� voted �n by m�mbers, the Company mc�st give to �aci� member natice of the time, place and �urpase nf a mseting. Wri#�en no�ice of the fiime and pface of ineeting shall be delivere� personally to fih� members or s�nt ta each mem�er . by U,�, mail or. faosimile machine af the rrmember's address as shown on the records of fhte Company, �or mailed notice, the natice mus� be d��asifed in th� U.A. mail at least three (3) days priar io the time the meeting is held. Waiver af Notice c. Action taken at any meeting of the members without the reqt�ired notice shal� be as valid as if made at a m�etin� after notice if a quorum is prese�t as if eacF� of th� m�mb�rs not present sigr�s a wr�tten waiver of natice or � conser�t to ii�e 1�o�ding of tYtat meeting. At��ndance of a member at a m�etirtg cans#ifi�tes waiv�r of natice af th� meeting unless th� memb�r a�er��s the meeting for th� ex�ress purpnse ofi ob�ecting to ih� transact�on of business ori the grounds that the meefi�g is n.oi lawfully convened. Actian b Consent witho�t Meeiin d, Any action permitted to be taken by t�e members may b� tak�n with�ut a meeting if afl mem�ers individ.uaEly ar co[lecti�ely cnnsent by signing � writing appraving df fhe actian. Any action by written cortsent shal� ha�e the same force and eff�ct as a unanimous vote af tf�� members, The written consent shall b� �laced in the minute boalt of the Gompany. Record Da#e e. Qnly �erso�s whose names ar� iisted as members in the affEcial records of ti�� Campany five (5.) days b�fore any meefing af t�� m.embers shall �e en#itled ta. not�ce of ar ta vote at that meeti�►g. �arum f. At a!I meet�ngs of the members, two (2� m�mbers shall be necessary and sufficier�t fa constitute a quorum for the #rar�sa�tion af business, Vote bv Praxv g. Me�mbers may vate �ither in person or by proxy. Praxies m�s� be executed in writing by the memhers. A fetegram, telex, cablegram, or sim��ar transmission by �he shareholder, ar a photagraphic, Pho�ostat, facsirrmile, ar s[milar r�production of a writing exeG�ted by a memher is deemed an execution in wrjtin� for purposes of this regulation. Annu�a[ �eeting afi M�mlaers 1'f . Ttte ar�nual meeting ofi �h� mer�bers shal! be held an t�e fast business day af May eac� year, beginning 20d7 o.r a� such ath�r times as the members se[ec�. Such an�uaf ineetings shal! ba at 3212 Pres�on Hollow Rd., Fork Wor�h, Texas 76� 09, or at such�other place within or withouf the Stafe of T�xas as the members sf�aEl s�lect. �pecial Mee#ing of Member 12. Twenty percent (20%) in interesf, not in num�ers, afi said members rrmay call a s�ecia� m�eting �to �he hel� i� Tarrant. Caunfiy at any fime after g9ving �r�otice as set forth in �(b} a�ove. By consent of a majority o� fhe memb�rs, any su.ch special m�eting may �e held afi any place as determined by th� majority of the mernbers wifhin ar without t�e Stat� of Texas. A� such me�ting, the mem�ers shalf transact such k�usiness as may properly' brought be�ore the mee#ing. Regular �eetirtg af fV➢ana�ers 'i 3. Regular m.e�tings of the managers shall be held at 3212 Preston HaiCow Rd,, Farf Warth, Texas 7�109, a� at such o#her place �s the r�nanager shaf� selec� wjthi� or wifihout f�e Sta�e of Texas. Regular meetings flf the m�nagers shafl be l�el.d imm��iately follawing the annuaE meekin� o# the m�mbe�s, No no#ice of regu{ar meetings is required. Special i�eefiings of ih� �anagers 1A�, Special m�eting� called by action of the manager.s shal[ be held at �212 Preston Ho{law Rd,, Fort Worth, Texas 76�09, or a� such other place as the manager sh�ll selecf within or wi�hout �i�e State af Texas. Written natices af th� time and place c�f speaial meetings shal! be deliv�r�� per5onally ta #he managers or sent to each manag�f by U, S, mai[ or facsimife machine at the mahager's address as shown on th.e r.ecords of the Company, !n cases i:n which the no�ice is mailed, it must be dep�sited in the U. S, mail at leas# seventy-two (72) hours prEar to #he time of the halder of kh� m�efiir�g, NotFce of Purpose o� It�arta�er's �eeting ��. Notiee �f any specia� meeting of the managers shall specify the purpos� flf t�e meeting or the busines�s to �e tr�r�sactsd at the meeting, �n addition ta tl�� place, date, artd time of fhe meetin�. Liability o� li�ember ar IVYanager io ihird �ariGies 16. A member ar m.ang�r is not �iabie for #he debts, abligations, or fia�ilit�es nf the Campany, including liability under a judgmenfi d�are� or order of tF�e court. Assignmer�t af f'�emb�rship Ipteres� �7. A member may not assign the member's Enterest in th� membership except with the wri�ten cons.ent of all of the �fih�r members of recard, 1f such canse�t is obtained, a member may assign #he mem�er's ir�terest anly in its anfirety. Except as specifi�d in f'aragraph �'I af th�se Regulatians, an.y assignm�nt automatic�ICy entitles t�te assignee to �ecome a mern�er. Rights af Assign�e $o become �ernber 18. Ar� Assigr�ee of a membership interest does Inat become a m�mber of the Con�pany, except witF� tf�e writfien cansent of all of the ather members af record. Qb�iga�io�s of �ember by Assignmen4 19. A person who b�com�s a member as a resuit o� an assignment of a memb�rship inferest assum�s all of #he abligatians of t�.e assignor, incfuding IiahiEities unknawr� to #he assi�nee a� the fime the assignee became a rnern�er. Basis of �istributions 20. The amounf of cash ati�er assets s�al! be distributed to each memb�r base� an the current percentage interest of the member. As used in �hese regufafiians, the "current percentage interest" is fihe agreed value of contributior�s �o t�e Company by all m�mbers, as specifi�ed in the records of the Company and as defiermined as of the date of fhe Company's most recenf accounting. Distrib��ior�s b��ore tllllember's I�ifihdrawal 2�, Before a member's withdrawal and befora the winding �p of the Com�any, the member is entitled ta r�cei"v� dis�rihutions from �he Cam�any as determined by �he manager, . � GHARI.ES K�i�TZ, Manag�r � AI�GELA �i Z, Ma�ag�r aaas2s-i CONTRAC:7'OR COMPLfARTC� WITH WORKLA'3 COM[�ENSATIaN LAW Pege 1 of ! tb �� 12 13 14 15 i6 17 I8 19 Za 21 22 23 24 s�cTra�v aa a� �G �ONTRACTOR COMPLIANCE 'Wi'�I WQRI��R'S COMPENSATION �.AyV P�irsuant �a Texas Labar Cade Sectian 40d.096(�.), as art�enided, Contractor ceriifies ttxat it gravides wozker's �ompeiisation u�si�ance caysxag� far �Il af its employees emplayed an City �'roject Na. 143396, Con�ractor furtl�er certi�'i�s that, puzsttazit to Texas Labor Cade, Section 406.Q9fi(b}, as amended, it will pravi�ie ta City its subcontractar's certifzeates af camplianca with worlcer's compensation ca�verage. . CQNTRACI"OR. ' � 'n %� �Y� _�'.��i�l`�� �1 � f�.l��`„�_ ompany l� rint} �� �70�. � � � J _ „ 5igaaiure: � !C-��� Ac�tlress �� �' � �� �[�� Tit9e: r �' ity/Stat�/Zi� ( ea Print)„ 1_ TH� STATL� OT TE.XAS COZ7NTY OF TAX�RAN'� 25 B�OR� MG�, the undersi esl authority, on this c[a.y personally appeared �d a� i��e� i�i ��. �(,�'�_ _, lcnown i:o me io be the �ersan whos� na�tie is 27 aubscri6ed to the fore oin ins u�n� , an�d aclrnowled ed to me that he/she e�ecuted tlze same as 28 the act and deed of � � fax thc purpases and 29 consideration Cherein ex�ressed and in tl�e capacit th,erei�z s#ated. 3� 31 G E�1 UN;DER MY HAND AND SEAL OF �FFICE tl�is �_daq of �z � �e-� , > z� �� 34 3 �"�ii( ��"'�e��� LUZA RAVELQ s°�4o`� Not�ry Publfo, Bta1e o#Texas �� kEy Catnml9slors Explrea '�}, ,r",� Aprll 28, 2023 '`�w��� �`� ��10TAAYip 1R6dOk70•0 39 � � � ° , �._..1 otai Fu Iic ii1 attd for t1�e Stat� o� Texas END 4� ��CTIOIY CITY OF F02T WORTH STAhIDARD Cpt�TSTRilCTIqN SAECiFICATION DDC[}MENTS Revised htly l, 20b 1 Comanche Trail - HRQM CPN; I0339b oa Qs ao - i Business Equity Goal Page l of2 2 SECTION 00 4� 40 Business Equity Goal APPLICATION UF POLICY If the total dollar value of the contract is $100,000 or more, then. a Business Equity goal is applicable. A Eusiness Equity Firna refers to certified Minority-, anc�lor Wamen�, owned Basiness Enterprises (MIWBEs). 8 �QLICY STATEMENT 9 It is the policy oithe City ofFort Worth to ensure the full and equitable participation of Business Equity 10 Fiurns when applicable, in ihe procureznent of a� goods and services. All rec�uirements and regulations 11 stated in the City's Busines.s Equity Ordinance No.2.5165-10-2021, {replacing Qrdinance No. 24534-11- 12 2020 (codified at: https:llcodelibrary.atnle�al.comlcocies/iiv�art�/latestlftworth txl�-fl-0-22593) apply to 13 this bid. 14 15 BUSINESS EQUXTY PROJECT GOAL 16 The City's Business Equity goal on this project is lf% of the total bid value of tlae contract (Base bid 17 appdtes ta Par,�rs and Communiiy Servi�es). 18 19 METHODS T4 COMPLY WITH THE GOAL 20 On City contracts wlaexe a Business Equity G.oal is applied, affexors are required to compl.y vv�th thc City's 2i Business Equity Ordinar�ce by meeting ar exceeding the above stated goal or othez-wise camply with the 22 ordinamce t.�rough one of the following methods: 1. Commercially use�ul services performed by a 23 Bu.siness Equity prime enntractor, 2. Bnsiuness Equity subeontract�ng parficipatio�, 3. Combinaiion 24 of Business Equiiy prime seirvxces and Business Equity subcontracting partic'[pation, A. Business 25 Equiiy Joint VenturelMentor-Protege par�icipafion, 5. Good Faifh Effort documentation, ar 6. 26 Primc contractor WaXver documentation. 27 28 29 30 31 32 33 SUSNIITTAL OF RE . UIRED DOCUMENTATION Applicable documents (Iisted belo�v} must be received by the Purc�asing Division, OR the offezor shaA EMAII, the Business Equrty doeumantation to the assigned City af Fort Warth Froject Managez or Department Designea. Dacuments are to be received tta later than 2:00 p.m., on the third City business day after the hid opening date, exclusi�e of the bid apening date. 34 The Offeror m.ust submit one or more of the following documents: 35 1. UtiIization �'orm and Letter{s) of InEenfi, ii the gaal is met or exceeded; 36 2, Good �"aith Effprt Form and Utilization Farm, including supparting documentation, sf 37 participatian is less than stated goal, ar no Business Equity participaiion is aacomplished; 38 3. Prime Contraetor Waiver Fnrm, including supporting documentation, if t�.e Offerqr will perform 34 all subcontracting/supplier opportwuties; or 40 4. iaini VenturelM�ntor-Prntege Form, if goal is met or exceeded with a�oint Ve�fure ar Mentor- 4l Prote.ge pari�eipation. 42 43 �44 �l5 46 �F7 48 49 These %rms can be found at: �usiness Equity Utilizatidn Fonm and Letter af Intent l�ttps' //www. fortworthtexas.gav/denarttnentsldiversity-inclusion/business-equitY_ Letter of Intent https'llapps #'ortworthtexas.gov/�'colectResourceslResotxrcesPlLetter°1o20of%20Intent 2021.pdf CITY OF FORT WOR1`H STANDARD CONSTRIfCTICIN SPECIFTCATIOIV DOCUMENTS Revised Oetoher 27, 2021 Comanehe Ti�ail - HIiOM CPN; I03396 00 45 4p - 2 Eusir�ess Equity Gval Page 2 af 2 1 Busir�ess Equrty Good Faith Effort Form 2 https:llap�s.fortworthtexas. n� vlProjectResol.u_ces/ResotueesPlGO%20- 3 %2(IMWBE/GoOd%20Fai�h%20Effort%20Form DVIN°/n202022.pdf 4 � 5 Business Equity Prime Contractor V�aiver Form b kttt s:lla s,fartworthtexas. ov/�'rq'ecfiResources/ResourcesP/G0°/u20- 7 %20MWBE/MWBE%20Frime%a20Cntitractor°/n20Waiver-2203I3.pdf 9 Busiuess Equity Joint Venture Form 1� https://apps,fortworthtexas.. o�v/ProjectResources/ResourcesP160°/a20- 1 I � o20MWBEIMWBE°/a207aint%o20Venture 220225.pdf' 12 13 14 15 16 I7 18 14 2U 21 22 23 24 25 26 27 FAILIIRE TO ACH�i E'V'� 1'HE GQAL OR OTHERWIS� COM�'�,Y WITH THE ORDINANC� WILL, RESUI.'I' IN THE BIDDER/OFFEROR BEING D�+ CLARED NON-RESPONSIVE A�D TH� �ID REJ�CTED. FAIZ,URE 'I'O Si7BMIT THE REOUIRED BY7S�SS EQUTY DOCUMENTATION OR OTHERWISE COMPLY WITH THE ORDINANCE W1LL RESULT IN THE ffiD l3EING XIECLARED NON- RESPON,SIVE. TH� BID R�JECTED AhD MAY SUB.TECT THE BIDDERIOFFEROR TO SANCTI�NS AS DESCRZ��D 11V SEC. 20�373 OF"FHE ORDINANCE. For Quesfions, PIease Contact T�e Bus�ness Equity Di�isian of fhe Departmezt# of Diversity and Inclus.zan at {8i'� 3�2-2674. END OF SECTION CITY OF FORT I�QRTH Cornancl�e Trail - HRQM ST,AIVDAR.D GONSTRUCTION SPECIFICATTON DOCUhIE1V"E'S CPN: IU3396 Itevised Uctober 27, 2021 QQ5243-1 Agreement Page 1 af 6 SECTION 04 S� �43 AGREEMENT' THiS AGREEMENT, authorized on ag-23 2o2z , is made hy and beiween the City of �ort VLForth, a Texas home rule municipality, acting by and through its duly authorized City Managsr, ("City"), and Kluta Construction � authorized to do business in Texas, acting by asid through its duly auYhorized representakive, ("Contractor"). City and Contractor may jointly be referred to as Parties. City and Contractor, in consideratian af the mntual covenants hereinafter set fort�, agree as follows: Article x. WORK Cantractor shall compl.ete a11 Work as specified or indicated in the Contract Dacuments for the �roject identified he�rein. A�rticle �. PR03ECT The pr4j eet for which the Wark under the Cantract Documents cnay be the whole or only a part is generally descrihed as follows: Cornancha Trail - HROM CPN: 1033.96 Article 3. CUNTRACT PRICE City agrees to pay Contractor fox performance of the Work in aceordance with the Cantract Docutnenis an amount, in cutrent �unds, of One T�ousand and 00/100 Dollars {$ I000.00). Contract price ma.y be adjusted by change orders duly authorized hy the Parties, Article 4. CONTRACT TIME 4,1 Final Aeceptance. The Wark sha11 be complete for Final Acceptance within 3fi5 days after the date wheu the Cnntract Time commences ia run, as pro�ided in Paragraph 2.02 o�the General Conditions, glus any extension thereof allowed in aecordance witli Article 12 of the General Condifions. 4.2 Liquidated Damages Cantractor recognizes that fime is of the essence for eamplet�o� of MilestQnas, ii aaay, aud fa achieve Final. Acce�atance of the Work and City and the public will suffer frozn. lass of use if the Work is not aompleted within t�e t�me(s) specified in Paragraph 4.1 above. The Contractor also recognizes f.he delays, e�pense and diificulties involved in provizig in a legal prQceeding, tU.e actual loss suffered by the City if the Wark is noE completed on time. Accordingly, irastead of requiring any such proof, Contraetor agrees tb.at as liquidated datn:ages �or cielay (but not as a penalty), Contractor shall pay City One Thousand and OOIlOQ Dollars ��Xaaa.QO) far each day that expires after kkze time speci�ied in Paragzaph �.1 for Fin.al Acceptance until the City issues the Final Letter oi Acceptance. C!'I"Y OF FORT WORTH Comanche Tcail - H1tOM STANDAHI] COIVSTIiiTCTION SPECIFICATION DOCiiNlENTS CPN: 103396 Revssed 11/23/2021 aos243-z Agreement Page 2 of b Article 5. CONTRACT DOCiJMENTS 5.1 CON"I`ENTS: A. The Corttxact Documents which co�rzzprise the entire agxe�ment between City aud ConCractor concezning ihe Work consist of the fallowing: 1, T'his Agreemanfi. 2, Atiachrnents ta tlais Ageement: a. Sid Foi�rn 1} Proposal Form 2) Vendor Compliance to State Law Non-Resident Bidder 3) PrequaLi�cation Statement 4) State and Federal docurueats (project specific) b. Curre�.t P�revailing Wage Rate Table c, Insurance ACORD Form(s) d. Payment Band e. Performance Bond f, Maintenance Bond g. Power ofAttorney for the Bonds h. Worker's Compensation Affidavit i. MBE andlor SBE Utiiization Fo� 3. General Conditians. 4. Supplementary Con.ditions, 5, Speci�ications specifically znade a part of tbe Contract Documents t�y attachment oz', if not attached, as incarparated by reference a:nd described in the �'able of Contents of the Project's ContracY Documents. 6. Drawings. 7. Addenda, 8. Documcntation submitted by Contractar przor to Notice of Avvard. 9. The following which xnay be delivered or issued after the Effective Taate of the Agreement and, if issued, beoome an incorporated part of the Contraet Docurz�en.ts: a. Notice to Praceed. b, Field Oz-ders. c. Change Orders. d. Letter o£ Final Acceptance. Article G. INDEMNiFYCATIQN 61 Contractor covenants and agrees to indemnify, hold harmless and defeud, at its own expense, the city, its of#icers, ser�ants and employees, from and against any and all claims ariszng ont of, or alleged kn arise out of, the work and services to be performed by ihe contra�tor, its officers, agents, �mployees, suhcontractars, licenses or �n�itees under Ehis cantract. This indemniiication p]COVision is stlecificallV i]ntended to operate and he effec#ive even i� it is alle ed or �•o�ven that all or some of the dama es bein sou�ht were caused, in w}aole ar in nart� bv anY act, omission or negli�et�ce af the citv. This indemnity pro�+isian �s. intended to include, r�vithau# limitation, indennnity for costs, expenses and legal fees incurred hy the city in c�efending against such claims and eauses of actions. CITY OF FORT WORTH Comanche "Tmil - HROM ST'A2rIDAItD CONSTRUCTION SPECIFICAT[Oi�IDOCUIVIP:NTS CPN: 103396 Revised 1 L/23/2021 005243-3 Agreement Page 3 of 6 6.� Cant�ractor covenants and agrees to indsmni�y and hold harmless, at its nwn expense, the city, its of�cers, servants and employees, from and against any and all lasa, damage or destruction of property of the city, arising out of, or alleged to arise out of, the wark and services ta he performed �y the contractar, its offiters, agents, employees, s�bcontractors, licensees or in�vitees under this cotntract. This �ndemnificatian ravision is s ecificall intended to o erate aad be effe¢��ve even if it is alle ed ar �roven that all or some of the damages bein� sou�ht were caused, in whole or in ar h an act omission or ne li ence of the ci . Article 7. MISCELLANEOiTS 7.1 Ternrzs. Terms used in t.his Ag,reernent which are defined in Artzcle 1 of �he General Conditions will have the meaaings iudicated in the General Conditaons.. 7.2 Assig�meni of Coniract. This Agreement, including all of ihe Contract Documenis may not be assigz�ed by the Contractor without the ad�anced express wriften consent of the City. 7.3 Successors and Assigt3s. City and Contractoz- each binds iiself, its parkners, successors, assigns and legal representatives to the ather party hereto, in respeci to aIl covenants, agreeznents and obligations contai�ned in the Contract Dacuznents, 7.4 Severability/Non-Waive:r of Claims. Any provision or part of t�e CQntaract Documents held to b� unconsYiiutional, vaid or unenforceabla by a court of competent juui.sdicfion shall be deerz�ed stricken, and alI xemaining provisions shall continue to be valid and binding upon City and Contractor. The failure of Ciky ar Contractor to insist upon the performance of any term or provision of this Agreement or to exercise any ri�ht granted herein shall not constitute a waiver of City's or Contractar's xespective right to insist upon appropriate p�rforaxaz�ce ar to assert any such right on a�.y future occasion. 7.5 Governing Law and Venue. This Agreement, including all of the Contract Docuxnents is perfarmable in the State of Texas, Venue shall be Tarxant County, Texas, ar the United States District Court for tize Northern District of Texas, Fort Wortk� Division. 7.6 Authoriry to Sign. Contractor shall attach evidence of autJ�ariry ta sign Agreement if signed by someane other ihan the duly auihorized signatory af the Contractar. 7.7 Non-apprapriaiion of Funds. �n tL�e event no funds or insufficient funds are appropxiated by CiEy in any iiscal period for any payments due hereunder, City will notify Vendor of such occurrence and this Agreeme�t shall terminate an the last day of the �scal period for which appropriations were received without penalty or expense to City of any kind whatsoever, except as to the poirtions of the payments herein agreed upon fQr which funds have been appropriated. C1TY OP FORT WOR'I"I� Comanche Trail - HROM 6TANDARB CONSTRUCTION SPECLF'ICATION DOCI1MEi�fTS CPN: i03396 Revised 1 1123l2021 U65243-4 Agreement Page 4 of 6 7,8 Prahibition On Contracts With Companies Boyeotting Israel. Contractor, uz�.less a sole proprietor, acknavvledges that in accordance with Cl�apter 227� of the Texas Ga�ernznent Cofle, if Contractor has 10 or znore full time-empi.oyees and tkie contract value is $ I OO,QOQ or more, the City is prok�ibited from enkering into a cantract with a company for goods ar services unless the eontract contains a v�rrit�er� verification from thc company that it: (1) does not boycott Fsrael; an.d (2) wiIl not boycott Israel during the term oi the contract. The terms "boycotk Israe[" and "compan�' shall have the meanings ascribed to those tezzxis in Section 808.001 of the Texas Government Code. By s'x�ning this contract, Contraetor certifies thaf Contractoz''s signature provides r�vriften veri�cation ta the City that ii Chapter 2271, Texas Gavernment Code applies, Cantractor: (1) does not boycoft Israel; and (Z) will not boycot� Israel during the term of Ehe coptract. 7.9 �rohibition on Bo�cotting Energy Cozz�panies. Contractor acknowledges that in accoz�danc� with Chapter 2274 of the Texas Government Cod�(as add�d by Acts 2021, 87th Leg., R.S., S.B. 13, § 2),. the City is prohibited fram entering into a cqntract for goods or services that has a value of $100,0�0 or more, whzcb. will be paid wholly ot partIy from public funds of the City, with a company (with 10 or more full-time ezz�.playees) unless the contract contains a writien verification from the company f.hat it: (1) does not boycott energy campanies; a�.d (2) will nat boycott energy companies during the tertn of t�� con�rac�. T'l�e ierms "boycott energy company" and "ca�pany" have the rneaning ascribed to those terms by Chapter 2274 of the Texas Go�vez'zam�nt Code (as added by Acts 2021, $7th Leg., R.S., S.B. 1.3, § 2). To the extent that Chapter 2274 of the Government Code xs applicable to this Agreeme�nt, by signing this Agreement, Contractor certifies that Cantractor's signature provides written verification to the City that Contractor: (1) does not boycott energy companies; and (2} wiIl not boycott energy companies during the term of this Agreement. 7.1 p Prnhibitao� on Discrimina#ioz� Against Firearcn and lunmunition Industries. Contractar acknawledges that except as otherwise pro�ided by Chapter 2274 0�' the Texas Governxnent Cade {as added by Acts 2021, 87th Leg., R.S., �.B. 19, § 1), the Cifiy is prahibited frorn entering into a contract for goods or services that has a value of $100,pQQ or mare which will be paid wholly or partly fro�n public fund� of the City, with a company (with 10 or more fu11-time employees) uz►less the eontract contains a written verification from �ie company that it: {1) does not have a pract�ce, policy, guidat�ce, or direc�ive that discz'izzainates against a f�rearm ent�ry or �irearm trade assaciation; and (2} will not discriminate during the term af tl�� coniract against a f rearm entity or �rearm trade assncia�.on. The terrns "dascriminate," "firea.rm entity" and "firearm trade association" have the meaniz�g ascribed to those terms by Chapter 2274 of the Texas Gavernznent Code (as added by Acts 2421, $7th Leg., R.S., S.B, l9, § 1}, Tn the extent that Chapter �2'�4 of the Gov�rnment Code i�s applicable to this Agreement, by signing fhis Agreez�,ent, Contractor certi�ies that Cantractar's signatare provides written verification to ftte City that Contractor: (1) d.oes not have a practice, policy, �uidax�ce, or directive that cliscrirrainates against a iirearm en�ty or firearm trade assaciation; and (�) will not diseriminate against a�irearm ent�ity or %reax-m trade association during the term of this Agreemaeni. CITY OF FaRl' WORTH Comanche Tmit - HROM STANI7AIL➢ C�N5TRUCTION SPECIFICA"I`IOAi DOCUMENTS CPId; 103396 Revised 16/23/2021 005243-5 Agreemeat Page 5 af 6 7.11 Immigration Nataonality Act. Contractar shall ve�fy the identity �.nd emplqyment �ligibility of zts employees who perform work ufader this Agreement, including coznpletir�g the Empl4yment Eligibility Veriiicatinn Form (I-9}. Upan request by City, Cantt'actox sb.all provide City with copies of all I-9 forms and supporting eL�gibility documenta.tion for each emplc�yee wha perfQrms work under this Agreement. Goniractor sball adhere ta all Federa� and 5tate laws as well as establish appropriate procedures az�d contrals so that no services will he performed by any Contractor employee wha is not legally eligible to perfor�xz such services. CONTRACTOR SHALL INDEMNI�'Y CITY AND HOLD CITY �iRNLLESS FROM ANY PENALTXES, LIABILITIES, OR LOSSES DUE TO VIOLA`I`IONS OF TH�� PAR�iGRAFH BY CONTR�CTOR, CONTRACTOR'S EMPLOYEES, Si7BCONTRACTORS, AGENTS, OR L�CENSEES. City, upon written notice to Contractor, shall have the right to immediately terminate this Agreenr�ent far violations of tl�is pravision by Contractar. 7.12 No Thi.rd-Party Benefic�axies. This Agreement �ives no rights or benefits to auyane oiher than t�ae City an�l the Contractar and there are no ihird-pariy beneficiaries. 7.13 No Cause of Action Against Engineer. Cantra�tflr, its subeont�actozs atid equipment and maierials s�applie�s on the PROJECT or their suret�es, shall mai��.taiz� no direct action against the Engz�eer, its officers, empiayees, and subconfxactoz�s, far atiy claim arising out of, in cannection with, or resulting from the engineering serrv'ices performed. On1y the Cit� will be the beneficiary of any undertaking by th� Et�guaeer. The presence qr duties o.f the �:ngineer's personnel a� a construction site, whether as on-site representatives or otherwise, da not make the Engineer or iCs perso�anel in any way responsible far those duties tbat belong to #he City and/or the City�5 CQT75�CllCtlOil C011tl'1Cti0IS ar O�}1�T eT1t1t12S, and da not relieve the construction cantractors or any otlaer entity nf tlaeir obIigatians, duties, and responszbilities, including, bui not limited to, all canstruction methods, mean.s, techniques, sequences, and procedur�s necessary for cp�rdir�ating and completing all po�rtions of the canstruction work in accardance with t�e Cantract Documents and an.y health ar safety precautions requited by such construction wark. Tke Engineer and its personnei �ave no authority to exercise any contral over any construciion contractor or okher entity or their employees in cozazzection vvith their work or any health or safety pzecaukions. CITY OF FORT W�R1'A Cpmanclie Trail - HRQM STANDF.RD CONSTRUCTI03�i SPECIFICATTDN DOCUMENT3 CP3�I: l0339fi Revised 1 1i2312D21 005243-6 Ag[ee�ent Page fi of 6 IN WITNESS WHEREOF, City aud Contractor have each executed thia Agreeznent to be affective as of the date subscribed by the City's dasignated Asaistant City Manager ("Effec�i�e Date"). Contractor: City af Fort Worth By: $y; G�,� �4' � �� : � William�uhnsnn[S 2iJ,211i21�:tT9Cl5'fl Signature W�am Johnson -- � Chariie Klutz AssistantCityManager _�p (Printed Name) Managing Partner Title P.O,BOX 'I S5 . Addres5 � Kennadale, Texas 76�6� �CitylStatelZip Sep 13, 2022 Date Sep 20, 2022 Attesi: .� i? .S. �'ili0 3annette S. Gaoda{� (5ep 21„�622�t�9:'27 t;pn .iannette Goad�ll, City Se� (Seal) M&C: �2�0634 Date: os.2s-2o2z Form 1295 No.: 2022-909951 Contract Compliance Manager: By signing, I acicnawledge t�at I am the person resgonsible for the monitariw.g and administration of this contract, in.cluding ensuring all perfarmance aud reporting requirements. �. a<,�- Mike Bennett Project Mauager Approved �s to Rorm and Legality: 4)H1ack�5, 2n,zj'a2�Ifi:4'fCuY) Dauglas W.�B1ack Sr. Assistant City Attorney APPROVAL RECOMII4ENDED [�.� R�:�. �.auren Prieur, Interim Director Transportation & Public Works Department �: � � �, �, -,: �� L:, ., �.�`._.��, ` ����� � ��. r � � � �•.��' �� aE �� ,�: ..��R_��y �; � i y 6+�� '� 4 .� �. �'• ..,� � � '��;k������+�' .. ,� .�, .. . - � ��C1TY OF FORT WDRTH ;��������;,�� STANDAAIICONS'T'1ZLICTTON 3YECTFICATIONDO�UMBNITB _ �.GEIy:_Lp,�.3p� , Ttevised 11r1312021 ' L_ �. � _� aosi �s-� PEItPORMANCE [30ND P�ge ! aC2 Bond No. I44�20195�r 1 2 3 4 5 G 7 8 9 10 ., 1I 12 13 141 IS � 16 TH� STAT� OF'�'�XAS COUNTY OF TARRANT S�CTION UO bX �.3 �'�RFORMAI�CE BOND � § KNOW ALY, BY T�II:S� FR�SI�N'TS: § Tlzat we, ,,_„�,,, Klutz Consir�uc�,ti.�n, L�.0 __, l�nown as "Principal" 1lerein and , � Vigi Iantlnsurance ComgaanX �, acorporate sure�y{suret�es, if Snare than ane} duly auti�orized to do l�usiness in tlze �tate of Texas, lrnown �s "Svreiy" �erein (wIletficr one or �nare}, a�•e held and �rinly Uound iuito the City of Fort Warth, a mun�cipal corporat�en created �ursuant to. the taws af Texas, knowa� as "City" herein, in the pena� sum o�, One Million, Eight �-lundred �inet -Foiir ThoUsand Nine Dalla�s & Zero Cents. ] 894 090.OQ awful money af the United States, ta be paid in Fort Warth, Tarrant County, Te�s for the payment of which sum wel! and truly to be inade, we bind ourse��es, our t�eirs, executo��s, administrators, successars and assigns, joint�y and seves•a11y, firmfy bythesaprasents. 17 WH�R�AS, thePrincipal has entered intn a certain written con�act witi� ihe City 18 awai•ded the _23rd day of A ugust, -, 2� 22,_,, which Conteact is liere6y I,9 refcrred to and mada a part hereoFfa�r all purposes as if fully set farEh l�erein, to furnish ali 2d tnaterials, 2I equipnient laboc and other accessories defined f�y law, in the prosecntion of tE�e Worlt, ineluding 22 any r'1:A.nce Orders, as pxovided for in said Contract design.ated as Comanche Trail — HROM, 10339b. 23 24 25 26 27 28 NOW, T�TERE�+'O�, t3�� conditian of tlus obli,�ation is such tha# if the said Principal slzall fait�Fully perform it obligations under the Contract and sha11 in a!L respects dttly and faitlifiilly perfoi� the Worfc, inc]uding Change Orders, under the Contract, according to d�e plans, specificsxtions, and contract doc�irr�ents therein 1'eferred ta, �nd as well �luring any periad of extension of the Contract that raay be granted o1i the part of tha City, tl�en this obligation shall be and become nu�l aiad void, odierwise to �emain in full force aud ef('ect. 29 30 PROVIDLD FURTH�IZ, that if any lega� action be filed an ihis Dond, ven�e sflall �ie in 31 Tarrant County, Texas ar the United States Dist►tict Cotirt for theNorthe�� District of Texas, Poi�t Worth bivisio�j. CiTY �F PORT WOT�T}! Cninnncl�e �frail — }3itbM ST'ANDAC�� CC]NS'�tUC3'knN 51��CIr[CATION DQCilMINT5 City Praject Nn. 143396 [�cv'rsodJuly ],�U11 ao�� is-z r��ra�ANc� aa�vn Page 2 of'2 Bond I�o. K44201955 1 This bond is mAde �ud execut�d in aatnplianae u+ith the provisions of C1�apter 2253 flf the 2 Texas Go��rnment Code, as arr►ended, and all liabilities on tkus bond sh�ll be determiiled in 3 �ccordance with ihe provisiails of said statue, 4 �N W�TN.�SS W��t�(�F, tl�e Principal and tl�e Sureky 11ave SIGN�D and SEALBD 5 ti�is iustrument by duly atithorized agents a�2d offeers an this the �day of. �,�1:0�- G 7 8 9 1D l] 12 ].3 ] �F l5 16 17 18 l9 20 21 22 23 24 25 26 27 28 29 30 31 32 33 3� 35 36 37 38 39 40 �4 ] 42 43 � ���i� . - �.�•- _ �- i � � /M� , L������� r �� � r � �� Witness asto Surety Elizabeth Gi� P1t1NCT�'A3�; KLUTZ ST'R TQN I.0 $Y � +' 7,� Signatura Cbarles M. I�lutz. Mau�gin� Partnex , Name and Tit3e Address: P.O, Box 165 I{ennedAle, Texas 75064 SUR�TY; VIGILAN7' 1NSi3.RAIVCF, COMPA�IY BY• Signaiux'e Kyie W. 3weeney.,,Atto��taey-in�F�cf Nama aad Title Address: 2001 Bryan Street, Suiie 34Dd 17a11as. Tex�s 7S20I Telepha��e Ntirnber: 21�4-75d-(1777.- *Note: rf signecl by aa� o�ice� qf ille Surety Company, tl�ere tnust be on file r� certifiecf extract from the by-laws showing that this pe�son 1�as autlzorlty rn sign s��ch ob[zg�.tian, lf �ui'e[y's plays�cal add�•ess is differenC ft•o.m its inaiitng aciciress, Gotla �niist Ue pi•ovided, The date of #l�e bond shall not be prio�• to the date #he Contracf is aw�:rded, Cl'l"Y OF PU�T WORTii ' Gafnanche'fceil — HROM STANDARD CONS'1'RUC'iION SP�GI�1C��'11�N fJOGUIv�EN7'S City Project Na. ]03396 Revised duly 1, 2011 . Wb110.-1 PAYM�i�ET' i�UND PaBe ! af 2 Band No. IC4020i956 1 2 3 4 5 6 7 S 9 ta I1 12 13 l4 I5 16 T�I� STATE OF T��AS COLTNTY OF TARRAIVT SECTIdN (�0 G114 1'AYMFNT BOND § § KNOW ALL SY TII�ST PRE��NTS; § Tirat we, „_„�__Klutz Constnietian, LLC , lcnown as "Principal" heeein, and Vi 'jant rnsuranae Corn anv , a ca��porata stirety (sureties), duly authorized to do business in ti�e Siate of Texas, knawn as "Surety" herein (whethei� ana or mare), are held and �rmly haund unto the City of Fa��t Worth, a municipal corparation c�•eaketl pursuant to the laws af the State of Texas, known as "City" l�er�:in, in the pena3 sum oi' One �Vlillion. Eight Ilundred Ninetv-�'ow� Thausand, Ninetv Dallars & Z,ero Cents �1 894,090.00� lawf'ul inoney of the United �ta�es, io be paid in �ait Wort3�, Ta�rant Ca«nty, Texas, for tl�e payinent of which surr� wel� and truly be�ade, we bind aU��se�ves, our la��rs, executors, adminis�tor•s, suecesso�•s and ass�g�,s, jointly and severally, fir�nly by these pxesents: 17 VVH�I�EAS, Principal laas entered into a eertain written Coritract witla City, awarded 18 the __,23tri� day of 1�u� , 2022�, which Contract is hereby refer�•ed 19 to and xriade a part hereof f�r all purposes as if fnlly set forth herein, to iurnish a!! 20 materials, eqe�ipment, laboj• and othei� accessories as defined by law, in the prosecution of the 21 Wotk as pz'o�ided for in said Contract anci designated as Comanel�e Trail — f-IROM 103396. 22 NOW, TH�R�F�RE, 'i�TIE CONDITION OF THIS OLiLIGATION is such that if z3 Principal shall pay all rlaonies owing to any (and all) payment bond beneficifuy {as defined in 24 Chapter 2253 of �he Texas Gov�rnment Code, as amended) iii the pirosecution of the Worfc under 25 t13e Contract, tj�en this obliga�ion sl�ml! be and become null and vaid; otllerwise to remain in full 2G I'arce an�l eii'eei. 27 This bond is ivade and execL�ted in compliance with the pi�avisions of Chapter 2253 ofi�ie 28 Texas Gavernment Code, as a�mended, and a3I liahilities on this bond sha11 Ue cletermined in 29 accordance w�th tfie provisions of said statut�. 30 C3TY f3P rOit1' WORT�1 STANDARIICUN57'[�'l1C'l10N SP6CIfICATIUN DaCUIV1L•TaTS Rcvisca luly l, 20! I Camanche Trui] -- k[RQ�A City Projecl�+io, 10339fi �Obl IA-2 P�IYMENTBONb P�lge 2 nf 2 Bo1ic11*Io. x4�za19s6 1 iN WITIY�SS VV�R�OT', the Principal aiid Surety ha�e each SIGNED and �EALED 2 this instruinen# by dti�ly aut[i4rized agents and o�ice��s on this tha ��day af �, 2D'�?� ATTEST; al •et ifi.ess a ta Princzpal ATTEST: ����3 ����` (Surety) S�cretary Dawn M. Chloros � � VJ.i�ess s to Suretjr Elizabath G y PRiNCIP�IL: KLllT S'Z' TION LLC BY, G, S igna�.ire Cha�•les M, Klvtz, Managln�Partpel' Nanie and '�`itle Acidress: P.Q. Box 1 &5 I�ennedale. Texas 7b4G0 SURETY: Address; 2001 ]3r an Street Suate 34 Q Dallrzs, Texas 7S20T Te[ephone NumUer: 214�754-07'17 Noie, If signec� by an of�icer of thc Surety, there mitst be on fife a certifed extract fi•oin the bylaws shr�wing fihat this person has aut�lority to sign sucii ob[igation, T� Surety's pl�ysical address is difFerent fi•ain its mailing address, both niL�st be prflvided. Tl1e eiate of the bond sha]] raof be priox to the dafie t[ie Contract is awardcd. ta �� �ivn o� s�cc�rror� CITX O� FDrtT WO�Ti�� Comanche 1'rail -- IiROM STANDATZD Cp1VS1'RUCTIOM SPFC3F'ZCfSTION DOCUMENTS City hroject No. 1p339G Revised )uly ], 7.03 ! � , Name and Title aa6� �9-i MAINTENANCE CiOND Pngc I of 3 Bond Na. K4D2019S6 1 2 3 4 5 b 7 8 9 10 11 iz 13 !4 15 l6 t7 TH� STAT� OS' '�'EXAS COUNTY OF TAR�tANT S�C�ON 04 6119 MAINTENANCE BOND � � KNOW ALL BY TH�SE PRESElVTS: § Tllat we I�l�,�iz ��nstructior� LLC , known as "P��inct�al" het�ein and Vi 'lant Iaas��a'ane�o;n an a cosporate surety (sureties, 9f �nare than one} dtfly autliori�.ed tp do business inthe State of Texas, known as "Su�ety" lierein {whetlzei• ozse orinore), a��e held and finnly bound unto the City of Fort Worth, a municipal corporation created pursi.i�r►t to flze laws of the State of Texas, lcno'wn as "City" herein, in the s�.j1n o� One Million, Eight Hundred Nineil.�'our Thousand, Nine l7ollars & Zero Cents {$1,894,Q90.00� lawfu[ jnaney of the United States, to �e paid iti F'ort Wortli, Tan'ant County, Texas, for payir�ent o� which sui�, well and ��uly be made t�nto tlie City and its suceessors, we bind aurselves, �ur heirs, executors, adininistrators, sx�ccessa��s and assigns, joinfly and severally, itr�nly by th�se pr�esents. 1s �9 WHER�AS, 4he 1'rincipal has entered into a ce�-�ain written contract witl� the City awas�ded 2U the `23rd day of Attgi+st __, 2022_, wl�ial� Conti�ct is here6y referred to arid a 21 made part l�ereof For all purposes as if fi�lly set forth liex�ein, to furnish al l mate�•ials, �quip�nent 22 23 24 25 26 27 labor and ather acaessori�s as deGtied by law, in the prosecutian of the Waa'k, including any Worlc resulting from a duly alttharized Change Order (collecti�ely herein, die"�Votic'� as provided for ir� said contract and designat�d as Comanclae Trall — HROM, 103396, WH�R�AS, Principal binds iiseif to use sRtch materials and to so construct the VJorlc in 28 accordance witf� t17e pfans, specificatinns as3d Contract Documents that the Woxk is and will 29 reinain &ee fi•om defecks in matez•ials or woz'lcrnanslzip fo3• and �luring tlie pez�iod of tWo (2} ye�rs 30 after the date af I'inal Acceptance af S�Ze Worlc 6y thc City ("Maintenance Feriod"); and 3� 32 33 34 W�3.E�t.�AS, l�rincipal Uinds itselt to repair or �-econst3liet the Wo�•k in whoie or in pr�r�t upon receiving notice ft�om the Ciiy of thc need thereof at any tiine witi�in the Ma�ntenance Period. CI'f V Or T"ORT WOR7"H 5TAN�AitB C4NSTRUCTION SPECTF]CAT30N DUCL]MENTS Reviscd July !, 20! 1 Cmm�nclie Tt'uil — i-EAQM Ci ly Pru,ject No. I D33JGG oo�� i�-a MATNTENANC� HOIVD Pnge 2 of 3 Bond No, IG402Q 195G 1 i\fOW TH�R�r�R�, the condi#ion oftl�is obligatian is suc�i.that'sfPrincipnl sl�al] 2 r�medy any defeaf�ve Wo�•lc, fa;� which timely natic� ws�s provided by City, ta a complefion 3 saiisf�cto�y to tlae City, thett this obligati�n shall beca�ne null and void; otherWlS� fi0 Yel77atn ip 4 �.ill force and eFFecY. 5 6 �'ROVIDED, HQ�V�'V�lt, if princfpal sl�al� fail sa to �'epair or reconstruct any cimely '7 nat3ced defective Wos�Ic, it is a�reed thnt the City lnay oaUse any and all such d�fecti�e Wnrk to 8 be repaired and/or reconstrt�cted with all assaciated casCs the��of being bor.ne by the Principaf a�1d 9 tha Surety under tl�is Maintenance band; and 10 11 PROVIDE.D F'[J�tTH�R, that if any lega] action be �iled on ihis �oz�d, venue sha]] ]ie in 12 Taerant Cou.nty, Texas or the United �fa�Ees i7istriot Couz�t for fhe Northern Dist�•ict of Tcxas, Fort I3 Worfh Division; and 14 15 I'RDVI��D F[JRTH�R, that this obligation shall be con#inl�oets ia nature and 1G successive reeave.r.ies �nay ha h1d herEon for successive breaehes, 17 IS 19 CITY OF FQI1'S' WOR77-] Coi�r�nclse Trnil — HI20M S7'AN[]ARD GON57'RU�TION SP�CIRICA'i'ION DOCU�VAEN'I5 Cily Prujeet IVp, 103396 Ravisad 7uly I, 2011 0065 19-3 MAINTENA1+iCE DON� Pnge 3 of 3 Bond No. K402019S6 1 IN WITNP�S'LaV�E�EOF, tl�e �•incipal and the Sut•ety haae each SIGNED a��d S�AL�D tl�is 2 instri�ment by duly atirthorized agents and afticers qn this ihe ��clay of �d���� 20L? 4 S � 7 8 9 1D �1 l2 l3 lA- 15 T� 17 18 79 20 21 2� 23 24 25 26 27 28 29 30 31 32 33 34 3S 36 37 38 39 �4� A'I"I'EST: �uici�sal} �ry �� 1. _ � L: ' �r ,,} � � . A'I"TBS'j': .. . �.s ' �� � � �'��',1���� � � ����� � Charles M. Klutz, Managin� Partner Narne and Title Address: P.O. $ox l85 ICe�liedale�'�'exas 7GQ60 �URETY: �IGILAN'I' INSURA,NC� COMP�4NY BY; Signature I�vle W. Sweeaie�.. A.ttorfiay-i Act A1arne and Title '��-�"-�� �� Address: 200113ryan Stree� Suite 3400 {5urety) Secretary Dawn M, loros Dal�as, Texas 75201 _ �_ l. Witn s to Surety Elizabeth Gray Telephone NUmber: 214-?54-0777 �`Note: If signeci by an officer of the Sttrety Company, there must be ot� fi�e a certi�ed e�ract �•om �lie by-]aws showing that this p�xson h�s aut{-rnrity to sign sucl� objigatioa�. ]f Surety's physical address is differeni fi•am its rnailing address, both niust be piovided. Tlae date o�'the boz�d shall not be priar ta tlie date [he Contract is awarded. CITY Or �OTZT WOI�'f'H . ' ' STAN[]#51ZD CONSTItUCT10N Sk�GCJT"it-ATfOBID��:UlV1LN'1'S Revised July 1, 20] 1 Comunca�e 7'mi! — f1ROM City ProjeetNo. 1U3396 Policyholder In�armati�n �Ioiic� lflllll!'QRiAiV7' NDTIC� To obtain i�'orrnation nr �nalce a complaxz�t: You may ca11 Chubb's toll-free L•e�ephone number fo� iu.fo.�inatian or to znake a cornp��izzt at 'l e8U0r36-CHLIBB You may contaci the Tex�s Department nf Insurance to obtaxn inforn�at�on on compa�azes, cover�ges, rights ox cozxzplainis at 7 �800-252�439 Yor� may writ� the Texas DeparrmenE of Insurartce �'D. Box 1�410� Austan, '�'� 78714-9�04 FAX # (512) �75-1771 Web: http:l/www.tdi.state.tx,us E,maxl; Cons�,imerProtaciionC�tdi,stale.tx.us PR.�'MlU1V! pF� Ct,4I1V1 DIS�'U%�S. SIaauld you have a�i sput,� c�ncerning yo�r pi�emiu:tx�. or abaut a clar_m you s�iou�d contact IYe age�t f��. ZF the di5�ut� IS i�qf I'eSolved, yau may cantact th� `Texas Deparkment of Xnsuranc�. ArracH �,�is ►vorrc,� ro vou� �otr�Y: Tlax� �natice is far infazrn,ation anly and does not become a paz't ox co�ditinn af the att�ch�d docurnent, AV1S0 !lV17��R%AIVT'� Para obtener inform�.ci6�. o para someter una c�ueja: Usted puede 11�rnaz al r�ur���ra de tel�fona gratis de Cl�ubb's p�xa �in.formaci6n a para someter una queja a� ��B�D-36 CI�JU�� �ued� ca�nunxc�rse can el Departamento d� Seguros de Texas para obten�r in�oxmacidn acerca de coza�p�ias, coberturas, c��rec3�as o c�uejas a1 i-SU0�252-3�#39 Puede �scz�bix al Depar�amenta c�e Seguros de T�x�s P.Q. Box 19�91.Q4 Aitstin, TX 78� 14-91�}4 FAX # (S12) 475�1?71 Web: bttp:Uwww.tdi.state.�.us E-mai1: Co�,surrierProtectian@idi,statie.t�t.us DISPU%6�� SOBR� Pf�11�4S O RE'G'�AfUl�S: Si t�e�e u�a� disputa. concetni�nte �. su p�ima o a un Xac��O, �ei}e C[lm�.lntc�l'S� C01] E] age�StE �7illTleTo, Si no se resu��e la disputa, puede �ntonces colnunicarse con eI departazrzento (TD�. UN,�I �Sii AV,ISQ A �L! I�dL1�A: Este avisa es solo para prop6sito de iz�'ormacXci� y no se co�vierte en parte o canda�idn dei rlacuz�rento adjunia. Fonn 99-Ip-(}2y9 {Rev. ]-OS) � �""� � � �' Pawer of Attorney Fede�•al �kas�ranee ComPany � Vigilant T��s��ranee Company � I�acifle Inderru�ity Coinpany I(now All lry These Preae�tta, Tq,�t b'SDi3itAt. �NguRANC�, Ctl�41AAiVY, an hidi�na CCir�xrrntlan, V1GIL,ANT TIVSUAAIYCQ COMPANY, a New York wfporatlon, and PACCFi� pVX7RMNITY COMPANY, a w'scansin curparatiQn; do each �tereby Constitu[6 and �ppaiht �Ilza�eth Gray, Cha�lcs D, Sweeney, Kyle W. SWeeney �nd Michaei A. Sweeney of Fort �1lorth, Texas ----------------------------------------------------------------------------- eaeh as iheir Erue and {awRd httainey-io-Ract to execute under such designatlan In their names and W a{fix their Carporate seals to Tnd deliver for and on thei�� �ehalf:ls 9ueety thereon vr oihet'wlse, boiids wid undei�taklogs nnd ather �v��ltln�.s o61i�,+.11o1'y U� tlie ��atua•e thePeof (o[her tlrnn b�i1 boncls) glueh oT executed in Che �ourse of Uuslnes5, a�zd any inatrume�tts amendingar �Itering�he same, and [onsen�s la tlie nw�i[Iicnrian or a1te�Allon oFany Instrument reFerred to in said bonds oe obHgativns. !h Witlfess VYheteaf, sa1dFI�17�iL QV5llRANCE CElA6PhNY, YjGIi.AN1' 1NSURAi1TCB COMAAP�Y, a��d pAGiFIC IA[A6Midl1'Y �OMpANY have each executed Tnt� httested ll�ese p��esents and �ftixed tl�eircoE�porate seals an Ch1s 16`h dny ofSeptembe�, 2919. �y:,4,�._�``b'�. �.�.3�h� lxtwu �1.Chlnrns,As�€staptsPcret�iey � �«�� ���� ��.u� �� STATII [lN NIBW ]$aSEY Caunty of HunteiYlon ��� � &t�ph� M. Nau�r. Vic� Ptr.�sicleu[ ��� ' � � ��.� a1; t111816"^ day ol'September, ?AI9, hefore me, a Notaiy Public aFNewjersey,peisonaf�y eante I1aum M. Chlo�•os, to me knawn to be Assisiatlt Se�ret�ry of FEL1gtlALlNSUi2ANCE COMI�ANY, YiGILhNT INSURANC� COPVIPANY, altd PACA'1G 1N��MN1'TY GpMPqNY, the comyanies which exectii[ed the Toregaing Pawer of Attorney, and �he s�id oawn M. Chloros. heing by me daly swom, dfd depose and �y Usat she is A5sistalat 5ecretary oF S�EDERAL 1145LRANCII COMFANY, VIGILANT 1NSURANCB CDMPANY, and I'AGERlC IND814f1VY{'Y CANIPRiVY and [mavus the �at'�ko�aCe se:�ls tltiereoi, tha� the Seals af}hced Cq che foFegoing �'awer of AttoE�ney are SRcli cnrpo��ate seals aE�cl we�-e thereto al�lxed by arstlwiity of salct Campau[�s; hnd that she signecJ sald PoweP oF �ttoiney as AsslstaEit 5ecr�ta�y 4f sald Companies �y like authorlCy; and that sl5e !s �cquainFed witl� Ste��hen hrl. Haney, and]mnws him to be Vlee I�resldevt oFsaid Companie� and that the 5[gnatua'e ofStephen RA. Haney, suhsck�lUed to said nower of Attorney is in the genuh�e handw�•1ting oF Stephen hL Haney, andwas the�•el'o 6ubscrihec� hy aluho3•ity orsaicl Compnples ana l� deponent's p�'�sen�, � . �,;.:e; ��. f � � �, ���� .� lc4'PwERIN� J, AE7�LPJ�R NOTARY rifiBLIC aP ivEw JER881( No_337.86ay Cor1}p11991qtf i?HpPrex JUIy 16, �P:t4 , _��.,%��. ���I���d� Resolutions adopted Uythe Bnards of'�i�ectors ofl�➢ERAI.INSilRANCIi CoMPANY, VfG]LA1�T ]NSUR�INC� COiNPANY, ;md PAGIRIC ]]vID�341N1'1'Y COMi+AI�+ on htt�uat3o,aUfG: "RIi50LYED,�d�al [ho lbHowl��au[harhaUoiisiel�te tathe exuutton. Poran�l ouUeh�li'Of Ihe Company, oC6nnda; underCileiags, recusnir.mces, eand�ct�andoTlier wchten [ommihncitte ol'tl�e Cpnypany entes�l fnM ln [Ae aTlin�rp cau�se u[b�[sines� (eacJt n°W�ittan Cammltment-} (l) [iar]� M tNe Ctealnrtai�, the p3�sident ;mil t6e V1sx Presltlnms oi' iheCumga�yyf�l�creby astthorked In exea3keairylN'IttenCnmmiM�nt for�ixl vnl�eltiNbftheCumpattp,mvkrtha se:il oEtl�e Cntnpanyoeoti�awsc. {a? �ach du�y a��olnted n4�orrtey�lndact of the Cnm�ny 1s hcrel�y avchorS�ed to exccu�e uny writteR CommStme�it for and un 6eBalf af Ihe Campa�ry, under the.�al aFthe r.�mpairy or utherwise, to theexrenttha�nid� xtioa ia au�hurirxd �y t[�e �ant of �orvefs p�nvided forin such yeison� wiitten a�ointinent assuch anorney-IndacL (3} +Ccfch o� the Cl�aimwi�, the Pit�ldent �d the VI� Ih�cslden�s ai the Compauy Is herehyautl,aiixExl, far anci on Gefiaff at1}�eCompany.ta appoint W wrlting nny pen;nn Ei�e a[rucney in-fa�K of dta Caue�a�y tvith fu11 powar a�iduutl�orltytoexecute, foe and an bchalfoClheCornpany, undcr the araloifheCompnnyorpthe�wi�e,a�chlVrittenCominhme�ieaafttie i:om�r,tny aB irr�p Lc s�ecilied in such vreit[eit x�palmmen�, which sperlpcai[ai nEay l�ehy penenl type ar da�a!' Wrkten Cummihnents ar lsy specltlnfim� af ouQ ur mflrepar�ice�lur Wcltten CoumUnnenls, (� �J[ch of dtc Cha4'man. �he PresldeiY a�sd li�e Vicc: Yeesi�lents aF theCompany I�l�eeeby authorixcd, for autl�on Ue6alFoPthe Canspm�y, tn dele�„ntein vnit6tQ ln:usy Wher oBircro�Hte Campanydhe autl�ar[�y to execUte, ror ��,a an t��,a�r or �ire cu�T.,�y; undce ti�e Compan�+s1 sestl ar oFhenvtse, sttel� Wr3[Ien Commiinfenls o!'the Qompany as a� 3pecl1led In such vn�ttendcEe�tion,whlch specillca�iau muy lse Uy genpral lype m' r]�ssa!' WrltYen Cummifineut5 oi' 6yspecllka[9nnoione os' inom pattk'ular WrJtten Crnnmltmepts (5y '[7icsl�nuturroC:uiyalficcrar p�herperson executtng uW WrE�terrc:ammRmert ar n��xit�tment or cEelegation 1»usu:u�� to dils itesolutlon, and dicscal of the Campany. nr.�yhe zHlxed �y facslmileon su�li Written CommSns�en�arwriucn nppoincmentordeScgauosL ]+17R'3'l{1dHli15SaLV6o, ;ha[ [he Caregal�y; Resaludoit s1wU no[ hccleemedNUe�nexd�uivessr�tementufthepawefsae�dauihorityofol�ccy�s,employensa�daches�eisonstoxtturandonUclv�lFoF �� Campaz�y, �d s�ch Reyullrtlan sha�l inc llmh ar nthenvlse aflec[ dic exeeci�e ofany nucli Qonmr or auklwrlty cKherwS�e vaHdly g�auted nr ves�l " 1, Dawtr M. Chloras, Ass45Fdnt 5Ccre[aiy of PE�I�l2AL INSE11tA[�CG COMPAl1lY, VIG]LA1VI`1N5URANC6 C�HfT'ANY, mid PAC]RIC IhT17FMN17'Y COAl1PA3VY (the "Co�npanfes") do hereby certil� that pJ tUeFare�cr3ngliesaluUonsada��te[Illy{heHoardoE'T]lrecroisuffheCo�npaniesa�-elrue,coreectmidinhdl[omeandeFFect, pi) fliefore�ain�P�weYofAttan7eylctrn�+urrcetlncllnfulll'ar'cea��defCtct. Civen under myhand and seals ofsafd Companies ��t W13[tehause Sta[loh,11�1, this � � '�t4.9-�.s��. �°,�.A.s�1..� ��++*"� 17rivtn i�'.Ckifo�+�5.rkssEstani5��;l�e1a IN'PfiIiBVLN'r rou �visri •iri v�iarY �i1�i r nU�rl ]ISrPricr�v or'3�ns aonu oK n�rner us or• nrt� o'r�inn n�+n7'IYSR, I�LHfV$Ii GOM"I'AC'1' US K3? T�lephone(rof�903�3493 l�ox(9pNJ�J03�365G rmaB:SurelyQu:fiubheo-m__ Fea 1n�•PI (�v. aa-1ej ST.AI�IDARI� GENER.AI, C`O�ITI�NS C�I` '�'� C�llTSTRU�TI�l�T CON'T'RAC'T CTI'1' OF FdRT WOATH Cnmanche Trail - HROM 5TANDARpCONSTRUC710N 5PECIFICATION DpCUMEN7'S CPN; 1D339G Revis'son: S/L32021 STANDARD GENERAL CONDITIONS OF THE CONSTRUCTION CONTRACT TABLE OF CONTEl�iTS Page Artzcle 1— De��itions and Terminology .......................................................................................................... I 1.01 Defined Terms .....................................................................................�---�---•.................................1 1.02 Termun.ology .. .................... . ............................................... . .... . ...................................................... 6 Article2—Prel'vninary Matters ........................................................<................................................,...............7 2.01 Copies of Dacurr��nts .......................................................................•---�---.....................................7 2.02 Commencement of Cantract Time; Notice to Procaed ................................................................ 7 2.03 Starting the Wcark .......................................................................................................................... S 2.04 Befare Starting Construction ............................................................. . .......... . ............... . ............... $ 2.QS Preconsiruct�on Conference .......................................................................................................... $ 2,06 �ubli.c Meeting ............................................................................................................................. 8 2.07 Iniiial Acceptance afSchedules ..............•-•---�----�•---......................................................................8 Article 3— ContractDocuments: Intent, Amending, Reuse ............................................................................8 3.01 Iz�tent ............................................................................. , ................................................................ 8 3.02 Reference Standards.... ............................................. , .......................... .........., ... ,........................... 9 3.03 Reporting and Resah�in.g Discrepancies ............... ........................................................................ 9 3.04 Amending andSupplement-nag Cont�ractDocuments .................................................................10 3.05 Reuse of Document� ...................................................................................................................10 3.06 Eleet�anic Dat� ............................................................................................................................11 Article 4— Ava�7abil�ty of Lands; Subs�£ace and 1'hysical Conditions; Hazardous Environtnental Conctitions; ReFerence Points ............................................-•---..........................................................11 4,01 Availa�ility of Lands ..................................................................................................................11 4.02 Subsurface and Physical Condrtions .................................................•--------............_...................12 4.03 Differing Snbsurface ox Physical Conditions .............................................................................12 4.04 Underground Facilities ...............................................................................................................13 4.05 Reference Pomts .........................................................................................................................14 4.06 Hazardous Environmental Condition at Site ..............................................................................14 Article5— Bands and Insurance ..................................................................................................................... lb 5.01 Licez�,sed Sureties and Insurers ................................................................................................... �5 5.02 Perforzx�ance, Payment, and Maintenance Boncls .....................................•-•-.-•---•-...................... lb 5.03 Certificates af Tnsurance .............................................................................................................16 5.0� Co��ractor's Insurance ................................................................................................................ I$ 5.�5 Accep�ance ofBonds and Insurance; Optaon to Rep]ace ...........................................................I9 Article 6 — Contraetor's Responsx�ilities ........................................................................................................19 6.d1 Supervision and Superintendence ...............................................................................................19 CTTY OF FORT WORTH Comanche Trail - HROM STAiYDARDCONSTRUCTION SP�C[F1C.ATiON DOCUMENTS CPN:lU3396 Revision: �L3/l(ill 6.02 6, 03 6.0� 6. 05 6. 06 6.07 6.08 6.Q9 6.10 6.11 6. �z 6,13 6,14 6.15 6.16 6.17 6.18 6.19 5.20 6.21 6.22 6.23 6.24 Labor; Working Hours ................................................................................................................20 ,Services, Matexial�, andEqUipment .................................•�-�-----•�---........._..................................20 ProjectSchedule ..........................................................................................................................21 Substitutes and `�Or-Equals" ..............................,..............,,...,...........,..........,.................,...........21 Concerning Subcantractors, Suppliers, and Oihers ....................................................................24 WageRates ..................................................................................................................................25 Patent�`ees andRoyalties ...........................................................................................................2b Fermiisand L�tz7ities .............................................................••---��----............................................27 LawsandRegulations .................................................................................................................27 Taxes.........................................................•-�-•---...........................................,..............................28 UseofSite and OtherAreas .......................................................................................................28 RecordDocuments .................................................................................... .................................. 29 Safetyand Parotectian ..................................................................................................................29 SafetyRepresentati�ve ................................................................ .. ..� --...- ---� ----............................... 3� HazardCommunication Pro�rams ......................,...........................................,..........................30 Eznergencies and/or Rectiflcation ....................�---•--�..._...............................................................30 Submittals.................................................................................................................................... 3I Continuingthe Wark ..................................�.....................................................,..........................32 Con�ractor's General Warra�ty and Guarantee ..........................................................................32 Indemni�'icatioz� . ........ .................................. , ........ ,... , ............................... , ................................. 33 Delegation of Professinnal Design Services ..............................................................................34 Rightta Audit ...............................................•--------......................................................,...............34 Nond3scrinvnation..... ....... ........................ . ... ....................................... ...... ........ .......................... 35 Article7- Other Work atthe Site ...................................................................................................................35 7.01 Related Warl� at Si�e ..................•--�.......................................,.---,.........................................._.....35 7.02 Coor�iation ............................................................................................................................o.,. �b Article 8 - City's Responszbilities ...................................................................................................................36 8.01 CQzn.munications to Contractor ...................................................................................................3b 8.02 Fuxnish Data ................................................................................................................................3b 8.03 PayWhenDue ............................................................................................................................35 SA4 Lands and Easements; Reports and Tests ...................................................................................36 8.05 Change Orders ...............................�-�-........................................,...............................................,.3b 8.06 Inspections, Tests, and Approvals ............................................................................................�-3b 8.07 Liznitations on City's Respozas�bilities ..................................................................•--..................37 S,O8 Undisclosed Hazardous En�ironmental Conditian .................................................................... 37 8,�9 Compliance with Safery Program.....,.....� ...................................................................................37 Article 9-- City's Observation Status During Cons�ructian ........................................................................... 37 9.01 City's Pmje�tManager ............................................................................................................37 9.02 Visi�s to Site ................................................................. ........................ ........... ................ ............ 37 9.Q3 Autb.orized Vari�.tions in VWarlc .......................................................��-----.._........................._.......38 9.04 Rejectin.g Defective Worlc ..........................................................................................................38 9.05 Determit�ations for Work Perfarmed ..........................................................................................38 9.06 Decisions o�Require�ents o£Cozzh•actDocuments andAcceptability of Work .....................38 CTFY OF FpRT WDRTH Carnanc3ta Trail - HR01V[ STANDAKDCO�STRUGTIOi� SPECIF[CA'CiON DOCLJMENT5 CPN:103396 Revision; 8�13f�021 Article 10 - Changes in the Wor1c; Claims; Extra Work ................................................................................38 10.01 Autharized Cha.nges �n the Work ...............................................................................................38 10.02 Uriauthorized Changes in the Work ...........................................................................................39 10.03 Executaon of Change Orders .......................................................................................................39 10.(}4 Extra Work ...............................................................................................................................•-- 3g 10.05 NoY.ification ta Surety ........................................._.....................................,..................................39 10.06 ConfxactClaims Process .............................................................................�...............................�0 Article 11 - Cost of the Work; Allowa�ces; �LTni� Price Work; P�ans Quantity Measurement ......................41 1 I.O1 Cost of the'I�Vork .........................................................................................................................41 11.02 Allowazlces ..................................................................................................................................43 11.03 Unit Price Wark ..........................................................................................................................44 11.04 P�ans Quantity MeasL�rernent ......................................................................................................45 Article 12 -- Change of Cantract Pxice; Change of Contract T�ne ................................................................. 4b - 12.01 Change ofContraciPrice ............................................................................................................46 12.02 Change of Contract Time ............................................................................................................ 47 12.03 Delays ..........................................................................................................................................47 Artic.le I3 - Tests and Xz�spections; Co�•ectaon, Removal or Acceptance ofDefective Work ...................... 48 13.O1 Notice of Defects ........................................................................................................................48 13.02 Access to Work ...........................................................................................................................48 �3.03 Tests and Inspections ..................................................................................................................48 13.04 Uncovering Work ......................................................................................._................................49 13.05 City May Stop tbe Work .............................................................................................................49 13.fl6 Canection or Rem.oval of Defective Wark ................................................................................50 13.07 Co�z'ection Period ........................................................................................................................ 50 13.08 Acceptazxce of Defecti�e Work ...................................................................................................51 13.09 Ciry May CorrectDefectiva Wark .............................................................................................51 Article 14 - Payr�.ents to Contractor and Corr�pletion ......... ....................,..........................................,...........52 14.01 Schedule ofValues ......................................................................................................................52 14.d2 ProgressPay�nents ......................................................................................................................52 14.03 Con�ractor's Warrantyof Tit1e ..........................----......................................_..............................54 14, 04 Partial Utiliza�ion ................ ... .......................... ........................................ ................................... 55 14.05 Final Inspectron ...........................................................................................................................55 14.06 Final Acceptanee ......................................................................................................................... SS 14.07 Final Payment ..................._...................................................................................._..................... 56 14.08 Final Completion Delayed and Partial Retainage Release ........................................................56 14.09 Wai�er of Claims ................................................................................._...................................... S7 Article 15 - Suspension of Work ax�d Tec7-runation ........................................................................................ 57 15.01 Ciry May Suspend Work .............................................................................................................57 15.p2 Ci�tyMayTexminatefozCause ........................................•--.....................................---................SS 15.03 City May Tennir�te Far Convexuence .............................................................. ............. ............ b0 Article16 -Dispute ResaIution ......................................................................................................................6I 16.01 Metk�ods �nd Procedures .............................................................................................................6I C1TY OE' FORT WORTH Co�nanche Trai1- HROM STANDARDC0�5T1iC]CTIOY SPECIF[CAl'ION DOCi3ME�V'I'S CPN: L03345 Revision: 8�13P1A21 � Arti�le !7 —iltiscellaneous ..............................................................................................................................b2 17.�1 Criving Notice .......................,..,...............................................................,�..................................�2 17.02 Computatzon ofTimes ................................................................................................................b2 17.03 Cumulative Remedies ..................................................,,...�............,.........,....,...............,.........�...b2 17.(}A� Survival ofObligations ...............................................................................................................63 17.05 Headings ......................................................................................................................................63 CITY OF PORT WOR7"H Coi�anclie Trail - HROM STAI+IDARDCONSTRUC7'ION SPEC[�'1C.4TION DOCTIMENT5 CPN:103396 Revision: 8/2�11021 oo�2aa-� c�N�RaL coNo �T�or� s Page 1 of 63 ARTICLE i-- DEF�NITIONS AND TERMINOLOGY 1.01 Defined Terrns A. Wherev�rused in tbese General Conditions or in otl7ex Cont�actDocuments, the ternas Iisted helow have the meanings indicated which are applicabfe to both the singular and plural thereof, and worcis denoting gender shall include the masculine, feminine and neuter. Said terms are generally capitalized or written in italics, but not alw�ys. When used in a context consistent vvith the defmitian of a li�ted-defined tez�x�:a, the tezm shal[ have a z�:i.eaning as de#`med below whether capitalized or itaIicized or otherwise. Xn addition to terms specifically defined, terms with initial capital Letters in ihe Coniract Dacutnen�s i�nclude references ta identif'ied articles and paragraphs, and the titles of other documents or forn�s. 1. Addenda---Written ar gz-aphic instruments issued prio7r ta the openmg of Bids w�icla clarify, correct, or change the Biddiug Requirements or the proposed Contract Docum�nts. 2. Ag�eerraent—The written instt�ament whrch is evidence of the agree�nent between City and Contractor covering the War�c. 3. Applieation fo� Payrraent—Tne form acceptable ta City which is to be used by Contractor duritag; the caurse of the Work in xequesting progress or final payzx�ents and which is to be accarnpanied by such supporting documentation as is required by t�.e Cont�act Dflcuments. 4. Asbestos—Any tnaterial that conYains �nore than one percent asbestos and �s friable or is releasing asbestos fibers in.to the aff above current ac�.on levels establis�ied hy the United Sta.tes Occupational Safety a.nd Hea�th Admjnistration. 5. Ativcara'— Authoxi�at�on by tl�e City Council fox tkae City tfl enier into anAgz-eenaent. G. Bid—The affer or proposal of a Bidder submitted on the prescr�bed %rm setting forth tk�e prices for the Work to be perfarcxaed 7. Bidder=Tb.e individual or entity who submits a Bid dir�ctly to City. $. Bidding Docr.arrtents The Bidding R�:quirements and the proposed Contiract Dacu�nents (Hacluding all Addenda). 9. Bidding Requirements—The ad�vertisemen# or Invitati�n to Bid, Instructions to Bidders, Bid security af acceptable form, � any, and the Bid Foa-tn with any �upplements. 10. Busaness Day — A�usiness day is defined as a day t�at th.e City canduc� normal business, genera3ly Monday through Friday, except for federal or state holidays observed by the City. 11. CaleraclarDay —A day consisting of 24 hours ineasured from midnight to the next midnight. CiTXOF FORT WORTEi Comenche Trail-HROIvC STANDARDCONSTt2UCTI0y SPECIFICATION DOCLTMENTS CPN:103396 Revisian: $/13fz021 0072OQ-1 GENERAL C.ON� ITION 5 Page 2 of 63 12. Cha�ge Order A docu�zent, which is prepared and approved by the City, vcrhich is signed by Cont�'actor and C�ty az�d authorizes an addition, de�etion, ar revision in the Work or an adjus�nent in the Contract Price or �ha Con�ract Time, issued on or after the Effecti�e Date of the Agreement, 13. City— The City of Foi-� Worth, Texas, a hazaca�e-xu�e municipal coiporation, autlaorized and chartered under the Texas State Statutes, acting by its governing body t�rough its Crty Manager, k�i� designee, or agents authoarized under his behalf, each of which is required by Charter to perfarm specifc duties with responstbility for final enforcernent of the contracts involving the City of Fort Worth i� by Charter vested in the City Manager and is the entity �vith whom Cant�•actar has entered ir�to the Agreez�r3ent and for whom the Work i� to be perimmed. 14. City Attorney — The officialty appomted Czry Attorney of the City of Fox-t Worth, Texas, or his duly autharized representative. 15. City Council - The duly elected and qualiiied governmg bady of the City of Fort Worth, Taxas. 16. City Manager — The officially appoin�ed and aut.�orized City Manager of the City of Fart Worth, Texas, ox kv� duly authorized representati.ve. 17. Conirrxct Clafm—A demand or assertion by City or Contractar seelcing an adjustment oF Conlract Pxzce ar Coni�•act Time, or both, or other relief with respect ta the terms of the Cantract. A dernand for rnaney or services by a third party is nat a Contract Claim. 18. Conlract The entire and iur�tegrated written documen� between the City and Cont�-actor concerning the Work, The Contract contains tbe Agreenaent and all Contract Documents and supers�des prior negotiati.ons, representations, or agreeznents, whether writ�en or oral. 19. ContractDocumetat,�T'hose items so designated in tlae Agreement. All itezn� listed in the Agreement are Cont7ract Documents. Approved Submitta�, other Contractor subzxaittals, and the �eports and drawings af'subsurfaee and p�ysical condition5 are not Contraet Docum�nis. 20. Contrrxct Price—The moneys payable by City to Cont�'actar for completian of the Work ir� accordance with the Coni�act Docuznents as stated in tih� Agree�nnent (subject to the prQvisians af Paragraph 1I.03 in �e ease of LTnit Price Work}. 21. Co�atract Time T�ie number of days or the dates stated in the Agreement to; (i) achieve Milestone�, if any and (ii) complete the Work so that it is r�ady for Fu�a� Acceptance. 22. Contractor=The indi�idual or entity witl�. wham �ity has entered irzto the Agreement. 23. Cost of the Work�ee Paragraph 11.01 of these General Conditions for d�fitutiQn. CITY OT PORT WORTH STANDARDCONSTRUCI'ION SPECTFICAT[ON IIOCUMENTS ComancheTtail-HROM CPN; 103396 Revisian: $232�1 00 72 00 - � GEIVERAL CANDlTIaiJ 5 Page 3 of 63 24. Darrrage Clair�s — A demand for money ox sezv�ices arising from the Project or Site fram a thn'd pariy, City or Contractor exciusive pf a Contract Ciaim. 2S. Day or day-- A day, un�.ess otherwise definecl, s}sall mexn a Calendar Day. 26. Dfrector of Aviation — The officially appairited Director of the Aviation Department of the City of Fort Worth, Texas, or his duly appoiz�ted representative, assistant, ar agents. 27. Direetnr� af Papks and Carnmunity ,Services -- The officially appointed Director of the Parks and Community Services Departrxient of the City of k'ort Worih, Texas, or his duly appoin�d representative, assistant, or agents. 28. Darectnr of Planning and Develaprnent — The offzcially appo�rted Director of ihe Pla.zzx�ing and Development Departzx�ent of the City of Fort Worth, Te�.s, or his duly appointed representative, assistant, or agents. 29. Director of Transporta�i�on Public YYorks — The officiaTly appointed Directar of the Transportation �ublic Warks Department of the Ciry of Fort Wflrth, Texas, or his duly appointed r�presentative, assistant, or agents. 30. Director of WaterDeparlmerxi — The affieially appointed Direct�r of tk�e yVater Department of the City of Fort Worth, Texas, or his duly appainted rep�esen�ative, assistant, or agents. 31. Drawi�ags—That pazt of the ConLract Doc�:unents pxepared ar approv�d by Engineer which graphically sho�s the scope, extent, and character ofthe Work ta be performed]ay Contractor. Submitta.l� ar� not Drar�vings as so defined. 32. Effectivel�ate of theAgYeement—Tf�e date iridicated in the Agreement on which it becornes efFective, but if no such date is indicated, it mea�s the date on vvhich tl�e Agreement is signed and deiivered by the last of the two parties to sign and d�liver. 33. EngineerL—The licensed professional engas�eer or engineering ��rm registered in the State ai Texas perfo�ing professianal services for the City. 34. Ext�a Wark — Additional �vork made necessary by c�ianges or alteraiions of the Contract Documents or af quantities or fox otb.ex reasons �ar which no prices aze provided in the Coniract Documents. Ex.txa w�rk shall be part of the Work. 35. Fielcl Order--A written order issued by Ciiy which requires ckianges � the Work but which does not involve a change in the Con.t�ract �rice, Contract T�tne, or the intent of the Engineer. Field Oxders are paid frotn Field Order Allowances incorporated into the Contra�t by �unded �vork type at the time af award. 36. Final Acceptance — The written notiee given by the Ciiy ta the Contractar that the Worlc spec�ed in the Cantract Docurnents �ias bee� corripleted to the satis�action of the City. CITY OF FqRT WORTH Comauche Teall - HRaM STI�NBAKDCOt+ISTRiICT]ON SPECiFICATION DOCLIMEN"f'S CPN:ld�346 Revisian: S(J3/102[ �07200-1 C',ENERALCON�ITION S Page 4 of 63 37. Final Inspection -� Inspection caz�i.ed out by the City to verify thai the Contractor Iias completed the Woriz, and eacl� and every part or �appurtenance thereof, fu11y, en�irely, and in � conformance with the Contract Documen�s. 38. General Requirelnents--,Sections of Divisi�n 1 of the Contract Documents. 39. Hazar•dous Envaronmental Condition—The presence at the Site of Asbestas, �CBs, Petraleum, Hazardous Waste, Radioactive Mate�l, or ather materials m such q�ant�ies or circunastances that rnay present a substa.ntial danger to persons or property exposed the��to. �40. Hazardous Waste Hazardous wasta is defined as any solid waste tisted as hazardnus or pos�ess�s ane or �nore hazardous charact�ris�ics as defined in the federal waste regulations, as amended from tm�e ta tirz�e. 41. Laws and Regulc�iion.s Azay and a1I applicable la.ws, z-uJ.es, regulations, ordinances, cades, and orders af any and a11 governtnental bodies, agencies, authoriti�s, and court,s having jurisdiction, Q�2. Lien�s�harges, security interesis, ox encurnbrances upon Project funds, real property, or personal property. 43. Majorltem— An Item of work %n.cluded in the Contract Documents tlaat has a total cost equaI to or greater tlian 5% of the oz�gi�nal Contract Price or $25,000 whichever is less. 44. Milestone—A principal e�ent speeified in the ContractDocuments relating to an intermediate Contraet Tun� prior �o Final Acceptance of the Wark. 45. Notice of Award—The �cvritten notice by City to the Successful Bidder stating that upon tinr�ely cozn.pliance by the Successful Bidcier with the conditians preeedent listed therein, City will sign and deliv�� ihe Agreez�nent. 46. Notice to Proceed—A wriiten notice given by City to Contractor fixing; the da.te an which the Contract Tvne wil� commence to run and fln v�hich Contractar sha11 start to perform fihe Worl� specified in Contra�t Docwnents. 47. PC�s Palychlorina.ted hi�phenyls. 48. Petroleur�Petroleurn, inchzding crude ozl or any �raction thereof which zs Iiquid at standard candztions of temperature and pressure (b0 degrees Fahrenheit and 14.7 pounds per sc�uare inch absolute), such as oi� petxoleLun, fuei oil, oiI sludge, oil re:Fuse, gasoline, kerosene, and oil rr�ed with other non-Hazardous Waste and crude ar7s. 49, Plans — See deiiniiion of Drawings. C3TY OF FORT WpRTFi Comancl�e "TraiI -�IROM STANDARI3CONSTRUCI'1QN SPECIFICAT[O.N DOCUMENT5 CPN; 103396 Revision: 8�20"i1 U072�0-1 GENERAL CQiVD ITION S Page 5 of 63 50. Project Schedule A sc�edule, prepared ar�d maintained by Contractor, in accarda.nce with the General Requirements, descr�ing tlae sequence and duraiion of the acti�vities comprising the Cont�actor's �lan ta accomplish the Work witl�in tlae Coniract Time. 51. Praject The Worl�to be performed under �he Contract Documents. 52. ProjectManager The authorized representative of the City who will be assigned to the �rte. S3, Public Meeting — An a�nauneed meetyng conducted by the City to fac�itate public participatio� and to assist ihe public i� gaining an informed �iew of the Project. 54. Radioac�ive Material-�aurce, specia! nuclear, ar byproduct materia.l as deiv�ed by ihe Atomic Energy Act of 1954 (42 USC Section 201 J et seq.) as am�nded from time to ti�ne. S5. Regular �orking Hours — Hours begirining at 7:00 a.m.. and ending at 6:0� p.m., Monday thru Friday (excluding legal h�alida.ys). 56. Samples Physical examples of materials, equipment, �r workmanship that are repr�seniative of some portson of t�e Work and whick� estal�lish the standards by which such portion of the Work will be judged. 57. Schedule of Submittals--A schedule, p�epared and �aintar�ed by Cantractflr, of required submuttal� and the time requiirements to support schedul�d performance of related construction activities. 58. Schedule of Yalues—A schedule, prepared and naaintained by Cantractor, allocating portions of the Contract Price to vari�ous portions oi the Work and used as the basis for reviewing Contractar's Applications for Payment. S9. Site—Lands or areas indicafed in tl�e Contract Dacumen.ts as �eing fun�i.shed hy City upax� which the Work is to be performed, melud'mg rights-of-way, pe�aits, and easements for access thereta, and such ather �ands furnished by City which are designated for tl�.e use of Conti�actoi•. 6D. Specifications—That part of the Contract Documents consisiing of rx�rit�en requiurements for materia�s, equipznent, systems, standards and woxkrr�a�aship as applied to the Wark, and ce��tain. administrative requirements and procedut•al mat�ers applicable thereto. Speci£ications may ba specif'icaliy zna.de a part ot� the Con�ract Doc�ents by attachrnent or, if not attached, may be incorporated by refexence as mdicated ui the Tabie of Contents (Division 00 00 00} of each Project. bi. SI%�JCd1�fYCICIpY An individual ox enti�ty having a direct con�ract with Co�.trac��r or v,Jith any other Subcontractor for the performance of a part of the Work at the Site. C1TY OF FOItT W012TH Comanclie Tiail - H�tOM STAND1iRDC�NSTRUCTION SPECIFICATION DOCL�1ViBNTS CPN:103396 Revision: 8<13(�(�1.1 aa�2oo-i GENERAL CON�ITION S Page 6 of 63 b2. Submittals—All drawin.gs, diagrarn�, illustrations, schedules, and other c3ata or informatian which are specifically prepared or assembled by or for Contractor and submitted by Contractor to i�ust�rate some portion of the Worlc. b3. Substantial Completion — The stage in the progress of the Proj�ct when t1�e Work is sufficient�y complete uz accordance with the Contract Docume�ts for Firzal �spection. 64. Successful Bidcler The Bidder submitting th� lowest and most respons'rve Bid to wham City makes an Award. 55. Superir�teradent— T'he representative of the Contractor who is avaiIable at all tu�es and able ta recei�e instructions from tl�e City and to act for the Contractor. 6b. Supplernenta.ry Conditions—That part of the Cantraet Documents which amends or supp�errFents these Gene�-al Condi�ions. 67. Supplier A rna.nufacturer, fabz-i�cator, supplier, dist-ributor, matet�alxnaz�, or vendor having a direct co:�tract witb. Contractor or with any Subeontractar ta furnish materials or equi�ment to be im.cozporated in the Wark by Contractar ox Subeontractar. 6$. Under�grouna' Facilities All uridergrouz�d p�ipelines, canduits, ducts, cables, wires, manholes, vaults, tar3ks, iunnels, or ath.er such facilities or attachments, and any encaseme�rts confaining such fac�ities, incltuiing but not Iimited ta, those that convey electricity, gases, steam, Iiquid petroleum products, telephone or other communicatioz�s, cable television, water, wastewater, storm water, other liquids or chemicals, o� traffic or other control systems. 69 UnitPrice TN'ork�ee Paragraph 11.03 of tihese Ganeral Con.dirions far definitian. 70. Weeke�d Wo rking Ho urs — Hours begim7iug at 9:00 a.�.n. and enclu�g at 5:00 p.m., Saturday, S��n.day or 1ega1 holiday, as approved in advance by the City. 71. Work The entire construeiion or t�ae varioias separately identifiable parts thereof required ta be provided under the Contract Documents. Worlc includes and is the result of pexforming or providing all labor, sez•�ices, amd docurnentatian necessary to pz•oduce such constructi�n inchtding any Change Order ox Fie1d Order, and filtnishing, installin�, and incarpora�g all materials a�d equipment irito such const��etion, a�l as z•equiu�ed by the Coniract Documents. 72. Wo�kiragDay--Aworl�g day is defined as a da.y, not including Saturdays, Sundays, ar Iega1 holida�s a�thorized by the City for contract purposes, in which weathex ox other conditions not undcr the control of the Cont�ractar vvill permit the perfonnance of the principal uni� of work undarway for a continuous period ot' nat less than 7 hours beiween 7 a.m. anc� b p.m. 1.02 Termi�ology A_ The words and texzras discussed in Paragraph 1.02.B through E are not defined but, when used 7iz� the Biddmg Requirein�nts or Cont�act Docu�nents, have the indicated meaning, B. Interct of Certain Terrns orAdjectives; ClTY �F FORT WpRTH Comanche Trail - FQtOM STANDARDC4NSTRUCT1pN SPECIFICAT[ON DOCClME1�T5 CPN:1D3396 Revisian: $/L'3rlA2l ao�2oo-� GENERAL CON�ITIQN 5 Page 7 of 63 1. The Confzact Documents unelude the terms "as allowed," "as appraved," "as ordered," "as directed" or terms of Ijke effect or import to autiiarize an exercise of judgment by City. In addition, the adjectives "reasona.ble," "suitable," "acceptable," "propex," "sati�facto�-y," or adjectives of Lke effect or import are used ta describe an actian or determ�ation of City as fo the VVork. It i� intended that such exercise of professional judgTnent, actian, or determination wi� be salely tio evaluate, m general, the Wark for eompliance witi� the inforcnation ��he Contract DoG�ents and witb. t1�e design concept of the Project as a functianing whole as Shovvn or inc�i.cated in the Contract Documents (u�aless there �s a speeific statement indieating otherwa�e). C. Defective: 1. The word "defective," �rhen modify�g the word "Work," rafers to Work that �s unsatisfactory, faulty, or det'icient in t�aat it: a, does not conform to the Contract Documents; ar b. does not meet the requirements of any applicable inspeciion, reference s�andard, test, or approval referred to in the Contract Dacuments; or c. �ias beendamaged przor to Ciry's written accep�ance. D. Furni,sh, I�tstall, Perf'a�mm, Pr^ovide: 1. The word "Furnish" ar the word "TnstaII" or the word "Perform" ar the word "Pravide" or the ward "Supply," or any com��ation or sirnila�' directive or usage thereof, shall mean furnishu�g and incorporating in the Work including all necessary labar, rna.terials, equipment, and everything necessary to pe7rform the Work indicated, unless specif'ically limited in the coniext used. E. Unless stated atherwise in the Contract Documents, wards or p�ras�s that have a well lasown technical or construction industry or trade rneaning are used in the Contract Docurne�ts in accordance with such recogni.zed meaning, ARTICLE 2 — PRELIMINARYMATTERS 2.01 Copies of Documents City shall furnish to Contractor one (1) original executed copy and one (1) eleciranic copy of the Cont�ract Documents, and four (4) additional copies of the Dxawings. Additio�l copies �ill be fiu-tushed upon requesi ai the cast of reproduction. 2,d2 Corrameneernent of Cantract Time; Natice to Proceed The Contract Time will comm�nce to z�un on the day ind'zcated in the Notice to Pxacaed. A Notice to Proceedmay be given no earlie�r than 14 days a£ter the Effective Date of the Agreement, unless agreed to by both parties � writing. CI"�Y OF FORT WORTE[ Cbmanche Trail - HROM STANAARDCONSTRUCTfO�' SPECIFICATION 170CLIMENTS CPIV: L03396 Revision; Sl13I1021 00 �2 oa - i GENERAL CAN� IT10N S Page S of 63 2.Q3 r �� 2.05 2.06 2.47 Sta�ting the Wor�k Contractor shall start to per�orm fhe Wor� on the daie �hen the Contract Time commences to run. No Work shall be done at the Si�e prior to the date on which the Ca�ntract Time cammences to :run. Befare StartingConstruciion Baselirae Scdtedules: Submit m accordance wi�h the Contsact Dacurr�ents, and prior tfl s#a�ing the Work. Preconstru�iion Confer�er�c� Be#'ore any Work at tkae Site is started, the Cantractor shall attend a�reconstructian Conference as specified in the Contract Docurnents. Publie Meetrng Con�ractor may not mobiliz� any equipznent, materials or resoux-ces ta th� Site prior to Contractor attending the Public Meeting as scheduled by th� Ciry. .Initial Acceptance of Schedules Na progress pa.yment shall be rnade to Contractor until acceptable schedules are subrrutted to City i�n� accordance with the Schedule Spec�cation as pxovided in the Contract Documents. ARTICLE 3— CONTRACT DOCUlVIENTS: INTENT, AMENDING, REUSE 3.01 Intent A. The Cant�act Documents are complemer�tary; what is required by one is as binding as if required by all. B, It is the int�nt af the Contract Docuxnen�s to describe a fiunc�ionally complete project (or part ihereo� tn be const�ucted in accardance with fhe Cont�•act Documen�s, Any labor, do�umentation, services, materiaJs, or equipment that reasonably may be inferret� from the Con�ract Dacuz�raent� or from prevailir�g custom or trade usage as being required to produce the ir�dicated result will be �rovided whether ar not specifically called for, at na additional cast io City. C. Claz-ifications and interpretatians of the Contract Docun�ents shall be issued by City. D. The Spec�cations may vary in form, fornlat and style. Sorne Specificatian sections m,ay be written in varying degeees af streamlined or declarative style ar�d sorne sections may be relative ly narrative by coznparison. Omission of such words and phrases as "the Conl�actor shall," "in canfarmity wit1�," ``as shown," or "as specified" are intentionaI in streamliz�ed sections. Omitked words and phrases shall be supplied by inference. Si�xular t�+pes oiprovisiaz�s may appear in various parts of a section or articles �rit�im a part depending on the fozmat oi tY�e CITY OF FORT WORTH Comanclre Trdil- HROM 3TA3�fDP.RDCONSTRUCTI4N SPEC[F[CAT[ON 170CUMENTS CPN:I0339b Revision: 8J13/1.OZ.l 007200-] GENERAtfAND1TlON S Page 9 of 63 3.02 3.03 section. The Contiractor shaIl not ta�Ce advantage of any variation of form, format or s�.yle in makim.g Canixact Clainas. E. The cr�ss re%rencing of specification sections und�r the subparagraph heading "Related Sectians i�nclude but are not necess�rily 1�t�ited �o:" and elsewhere with� each Specificatio� 5ection is pro�ided as an aid and convenience to the Contractar. The Contractar shall not reIy on the cross r�farencing provided and sb.all be responsble to coordinate the entire Work under the Contract Documents an.d provide a coznplete Praject whether or not the cross referenciz�g �s provided in each seetion or whether ar not the cross referencmg is complete. Reference Standards A. Standards, Specif"ications, Codes, Laws, and Regulatinns 1, Reference to standards, specifications, manual�, or cades of any technical society, argar�ization, or associat�on, or to Laws or Regulatians, wk�et}aer such referenee be specific ar by unpiication, ahall �nean the standard, specification, manual, code, or Laws or Regulations in e�fect at tlie time of opening of Bids (or on the Effeetsve Date of the Agreemen� if there were no Bids), except as rnay be otherwise spec�cally stated in the Cont�act Docurnents. 2. No provision of any such stazadard, specification, manua�, or code, ar any instruction of a Supplier, shall be effective to Ghange the duties or xesponslb�ities of C�y, Contractor, or any of their subcontracto�s, consultants, agents, or ernployees, from those set forth in the Cont�ract Documents. No such provision ar ins#�xction sha]I be effect�e to assign to Ciry, or any of its offtcers, c�rectors, members, parmers, employees, agents, ca�asul�ants, or subc�ntractors, any dt�ty or authority to superv�e oz d'u-ect the perfoz-�aance of the Wark or any duty or authority ta undertake responsibi�iry inconsistent with the provisians af the Contract Docu�ents. Reporting and ResolvingDiscrepanci�s A. Repariing Discr�pa�tcies: 1. Cantpaetor's Review of Cont�actDr�cuments Sefore StarZing �ork: Before undertaki�g each part of #he Worl�, Conh•actor shall carefully stu.dy and compare the Conia•act Documents and check and verify pertinent figu:res thereiza against all applicable Fie�d �xzeasurements a�d conditi�ns. Contractar shall pron:aptly report in writ�g ta City any conflict, enrar, az�nbiguity, or discrepancy which Contractor discovers, or has actual l�owledge o�, and shall obtain a wriiten ix�terpretation ar clarificatic�n frotx� City before proceeding with any Wark affecl�d thereby. 2. Contractor's Review �of Contr-act Documents Du.�ing �'erfot-rtzicnce of GYark: If, duz•in.g t�ie perfa�rmance of the Work, Contractor discovers any co�aflict, error, azn.biguity, ar discrepancy within the Contraci Docume�ts, or between the Contract Documents and (a) any appIicable Law or Regulatinn ,{t�) any standard, specification, manual, oar code, or (c} any instruction of an.y Supplier, then Coniractor shall prompt�y report it to City in writirig. Contractor shall nat proceed with the Work a�Fected thereby (except in an ezx�ergency as required by Paragraph CITY OF FORT WOIiTH Camancl�e Trai! - HROM STANDARDCONSTRUCiION 5P�CIFICATION DOCTJMENTS CPN:10�39G Ae�isinn: Sl23IJ�1Z1 067200-1 G�NERAL CONbITI�N S Page 10 of 63 6.17.A) �t� an amendment or supplernent to the Gon�ract Documenis has been issued �y one of �ie metka.ods indicated in Paragraph 3.(}4. 3, Contractar shall not be liable ta City %r failure to report any conflict, error, az�b�uity, or diserepancy in the Contract Documents unless Contractor had act�al lrnowledge thereoi B. l�esolving Discrepancies: 1. Except as may be otherwise spec�cally statedin the Contract Docurnents, the provisions of the Contract Documents sha.Il take precedence in resoIving any conflict, error, ambig�ity, or discrepancy between tne provisians of tfie Contract Documents and the prov�sians of any standard, speeif'ication, manual, ar the �truction of any Supplier (whether or nof specificaliy incorporated by reference it� tha Contract Docurnents). 2. In case of discrepancies, fgured dimensians sha�l govern over scaled dimensioz�s, Plans shall govez� over Specificatiaz�.s, Supplementary Conditions shall govern over General Condit�ons and Specif'ications, and qua.ntities shown on �he Plans shall gavem over those shown ir� the propasal. 3.04 �4�ending and Supplemerating Contr�ctDocuments A, The Con�ract Doc�ents may be amended to provide for additions, deletions, and revisions in the Work or to zx�.odify i]�� terms and conditions tk�ereof by a Charzge �rder. B. The requirements of the Contract Dacutnents m.ay be supplemented, and minar var�ations and deviations in tlae Work nat involving a change in Contract Pz-iee or Gontract Time, may be authorized, by one ar more of the foliow�g ways: I. A Field Order; 2. C�ity's review of a Submi�tal (subject to tl�e provisions of Paragraph b.18.C); or 3, City's r,vritten interpretatian or claxz�cation. 3.05 Reus� af Docurnents A. Contractor and any 5ubcon�ractar or Supplier shall not: 1. have or acquire any tatle to or ownershi}� ri�its m any of tl�e Drawiz�gs, Specifications, or other documents {ox copies of any thereo� prepaxed by or bearirzg the seal of Engiueer, inclucling electronze media editions; or 2. reuse any su�h Dravvings, Specifications, otl7er docurnenYs, or copies thereof on extensior�s of the Project or any other project without written consent af City and spec�c writterz verification or adaptation by Engineer. CITY OF FORT WOI2TH Comanciie Txail - HROM STANDAADCOt�iSTRUCT[QN 3PECIFICATIflN DOCUMLNT5 CPN:10339b Revision: 8/23/'JAZI 00 �2 00 - i GENERAL CANaITION 5 Page 11 ofb3 B. The proh�itions of this Paragraph 3.05 will survive final payment, or tem�inarion of the Contract. Nothing herein shall preclude Cnntractor from retaianing copies of the Cont7ract Docum.ent� for record plutpases. 3.06 Elect3-onic Deata A. Uxaless athenvise stated in the Supplementary Cor�ditions, t�e da.ta furnished by City ox Engineer to Contractor, or by Contractor to City or Engi�eer, that may be �e3ied upon are limited to the printed copies included i� #Jae Caniract Docurnents (alsa la�own as hard copies} and other Specifcations referenced and Iocat�d on the City's on-Iine electronic docunaent managernent and callaboration systezn site. Fi1es in electronic inedia fonnat of text, da.ta, graphics, or ot�er types are furn.is�ed nnly for t�e con�enience of the reeezving party. Any conc�usion or mformation obtained or derived �rorn such electronzc £'iles will ba atthe user's sol� rislc. Ifthere is a discrepancy between the electrnnic �iles and t1�e hard copies, th� hard copies govern. B. When t�ans�'erx-mg documents in electronic media fortnat, the t�ansferring party makes no represen�tions as to lang term coznpatb�ity, usability, or readab�ity of docurnents resulting frozn the use of so£tware appficatzon packages, operating systenas, br computer hardware differing from those used by the data's creator. ARTICLE �— AVAILABILiTY OF LANDS; SYTB SURFACE AND PHYSICAL CONDITION5; HA,ZARDOUS ENVIRONMENTAL CONDITXONS; REFERENCE POINTS 4..01 Availability of La�ds A. City shali fu�•x�ish the Site. Cfiy shall notify Contractor of any encumbrances or restrictions ndt of general application but sgecif'�cally rel�ted to use af the Site with which Cantractor rnust comply in perforrxzing the Wark. City wi11 obtain in a timely maaaner and pay for easements for pernianent st�-uctures or peiznanent changes in existin.g facilities. 1. T�e City has abta.ined oz• anticipates acquisition of and/or access to �ght�oi way, and/or easements. Any outstanding rig%t-of-way and/or easements are anticipated to be acquiz�ed in accoxdance with t.Yze schedule set forth in tihe Supp�ementary Condations. The Prajeci Scl�edule submitted by the Contractor in accordance with ihe Cantract Docui.nents must consider any autstanding right of-way, andlor easements. 2. The City has or anticipates removucag and/nr relocating ut�7ities, and obstru�tions to the Si�e. Any outstandmg removal or relocatioz� of utilities nx abstructians is anticipated in accordance with the schedule setforth in the 5upplemen�.ry Conditions, The Project Schedule 5ubrnitted by the Cont�actvr in accordance witk ti7.e Contract Dacuments znust considex any outstanding uti�ities or obst�uctzons to be ren�oved, adjusted, and/or relocated by others. B. Upan reasor�ahle written xec}uest, City shall ftmvsh Co:�tractor with a current statement of record kegal ritle and 3ega1 descriptiarz of the lancls �pan u�hich the Work is to be perfarmed. C3T1' OF FORT WORTf� Comancl�e Ta�ail - HROM STANDARDCONSTRUCl'!OW SPECIFICATiQN DOCiINIENTS GPN; 103396 R a v i s i o n: 8J23I. Z�1.1 ob72oo-] GENERAL COND]TION S Pxge 12 oF 63 e. Canixactor shall pr�vide for all additional lands and access ihereta t�at may be required for coz�truction facilities ar storage af mate�als and equipment. 4.02 Subsurfcrce and Physical Conditions A. Reports andDrawings: The Supple�,entary Conditioxas ideniify: 1. those repaz�ts known to City af e�pl�rations and tests af subsiu-face eonditzons at ar conti�uous to the Site; and 2. those drawings known to City of pk�ysical conditions relating to azt�€sting surface or subsurface structures at the �ite (except Underground �'aciliti�s}. B. Limited Reliance by ContNacto�^ on Technical Data Author�ized: Contractor may rely upon the accuracy ot' the "technical data" contained in sucb reports and drawin.gs, but such reports and drav�tings are not Contract Docun�ents. Such "techx�i.cal data" is idez�tif'�d in tbe Supplementary Canditions. Contractor rnay not zx�al�e anq Contract Claitn against City, or any of thei� officers, directors, members, partners, employees, agents, consultants, ar subcontractors with respect to: 1, the completeness of such reports and drawings for Contractor's puYposes, including, but not ]irriited io, any aspects of the means, methods, lechuiqu�s, sequences, and procedures of const�-act�on to be employed by Co�tractor, and safety precautians and progirams in�cident there�a; or 2. oth�r data, interpretations, opinians, and 'mformation eantained in such r�ports or shown ar indicated in such drawings; or 3. any Contractor interpre�ation of or concIusion drawn irorn any "technical data" or any svch other data, interpretations, opiruans, or inforrnation. 4,03 DifferingSubsurface or.Physical Conditions A. Notice: If Contractor believes that a�zy subsurface or physical condition that is uncovered or revea]ed either: 1. is af such a nature as to establish that any "�echnical data" on which Contrac�ar is entz�led to rely as provided rn Paragz-aph 4.02 is mate��ial�y ir�acctu-ate; oar 2, is of such a nature as ta requir� a change iri the Contract Documents; ar 3. differs materially firorn that shown or i.ndicated in the Contract Documents; or 4, is af an unusUal nature, and dif�exs znaterially fronn conditions ordinaril�r encountexed and generally recagnized as inherent iem vcrork of tha character pravided for in the Contract Docurnent�; CITY bF FORT WQRTH Comanche Trail - HROM STANDARDCOI�fSTRUCT[ON SPECIFICAT[ON DOCUMENTS CPN:103396 Revisi on: 823l2921 oo�aoa-� G ENERAL CfiN p I710 N S Page 13 pf 63 4.04 then Contractor s�all, promptly after becoming aware t��ereof and be�ore fiu�her disturbirng the subsurface ar physical conditions ar pez�'ormmg any Work m connection. therewiYll(except in an emergency as required hy Paragraph 6.17.A), ndtify City in writing about such condiiion. B. Passible Price and Tirne Adjust�nents Contractor shall not be en�it�ed to any adjustment in the Con�ract Price or Cantract Time �: 1. Contractor �ew af the e�istence of such conditions at the time Contractor made a fnnal coinnvtment to City rv�ith respectto ContractPrice and Con�ract Time b� the subinission of a Bid or becoming bound under a negotiated can.t�act; or 2. th� existence of such cQndition cou�d reasonably have been cl�scovered ar revealed as a resuIt of the exa�ina�ion of the Cantract Documents ar the Szte; or 3, Contractor fai�ed to give the writien notice as requ�ed by Paxagraph 4.03.A. Under�ground Facilities A. Showra or Indicated.• The information and data shown or indicated 'm the Contract Documents with respectto existing Undergraund Fac�ities at or contiguous to the Site is based on in�armation an.d da�a f��rnished to City or Engineer by the owners of such Underground Pacilities, including CiLy, or hy ot3lers. Ur�less it is otherwise expressly provided in the Supplementary Conditions: 1. City and Engineer shall not be respons�bie far the accuracy or completeness of any such infortnation or data provided by others; and 2. the cost of aIl of the faIlowing will he included inr the Contract Price, and Contractor shall have full xespans�ility for: a, reviewing and checic�ng all such information and data; b. lacating all U�nder�•ound Fac�es shown ox iz�dicated in the Contract Docur�r�.ents; c. coardination and adjust�n�nt of the Work •with the ownears af such Underground Facili�ies, including City, �lurmg construetzon; and d, th.e safety and protection of all. such LTnderground Facilities and repa�ring any da:mage th�reto resuiting from the Work. B. Nat,�hown orindicat�d.' 1, If an Undergraund Fac�ity which c.onflicts with th� Wark i� ur�covered or z�evealed at or canti�,uaus ta the Site which was no� shown ox indicated, ox not shawn or indicated varth reasonable accuracy in the Contract Documents, Contractar shall, promptly a�ter becomizag aware thereof and before fiuther distui-bing canditians affected thereby or performing any CITY OF FORT WO�tTT-i Coma3icl�e Trail - HROM STANDARDCONSTRUCTIp�I SPECIFICATION DpCUivT�NTS CPN; 103396 Rcvisinn: $2"V1021 0472fl0-1 GENERALQONdI710N S Page 14 of 63 Work iu� connection therewith (except m an emergency as requi�ed �y Paragraph 6,17.A), ideztti�fy the owner af such Undergt'ound Facilzty and give not�ce to that owner and to City. Czty wi�l re�iew the d�scovered Underground Facility and determine the extent, if any, to whzch a change rnay be required in the Contract Docum.ents to reflect and doctunent the consequences of the existence or location of the Undexground FaciIity, Contractor shall be responsi�ble for the safety and protect�on of such discavexed Underground Faciliry, 2. If City concludes fhat a cba.nge in the Conlract Doeuments is required, a Charage Ordex may �e issued to reflect and docwment such conseq�ences. Vez�ifica#ion of existing utilities, structures, and seroiee Iines shail include notification of all utility corrr�anies a niinimum of 48 houxs in advar�ce of construction including exploratary excavation if necessary. 4.05 Refere.nce Points A, City shall provide engineering surveys to e�tablish refexence points for ca�struction, which iz� City's judg�x�ent are necessary to enable Contractor to proceed wifih the Work City will pxowide constx-uctian stakes or ather customary method of markit�.g to establish line and grades for roadway and utility constr�.iction, centerlines and bezxchmarks %r bridgework. Contractor shall protect and presezve the established reference pou�ts and property monuznents, and s�aIl znake no changes or relocations. Conlaactor shall report to �ity whenever any xeference point or pxoperty monument is lost or destroyed or requires relocation because o�necessarychanges in grades or locations. The City shall be responsible for the replacement or reiacation ai reference points or propez-ty monuments not carel�ssly or wil.lfuuy destroyed by the Contractor. The Gantractor shaU. notify City in ad�ance and with sufficient time to avaid delays. B. Whenever, in the opinion of the Crty, any reference �aint or naonument has been carelessly or wil7fully destrayed, disturbed, or removed by the Contractor ar any of his einplayees, the full cast f�r repIacing such pozn.ts pIus 25%o will be charged a.gainst the Contrae�or, and tiae full amount will be deducte.d fram payment c�ue the Contractor. 4.06 Hazcarc�ous Environmentai Conditian cst Site A. Reports andDr�rwxngs: The Supplementary Conditions identify those reports and drawirigs �own to Czty relating to Haz�rdovs Environmental Conditions tl�a.t have been identif'ied at the Site. B, Limited Reliance by Cantraclor on Techr�icalDc�ta Autharized: Cantt-actox znay rely u�on the accuracy oi t�e "technieal data" contained in such repoz-ts and dt•awings, but such reports and drawings are not Contract Do�umezats. Such "technical data" is identified izi the Supp�ementary Conditians. Contractor may npt make any Contract Clai�n agatnst City, or any af their of�cers, directors, zxzembers, partners, erxiployees, agents, eozlsultants, or subcontractars with respec� to: tk�e cornpleteness of �uch reports and dra�vings for Contractox's ptuposes, incluciing, but nat litnited to, any aspects of Y.he means, methods, techniques, sequ�nces and proced�es of CIT�S' OF FORT WORTH Comauche Trail - HROM STANDARllCONSTA0C1'16� S�BCIF[CATION ➢OCUMEIV7'S CPN:10339b Re�ision: 8113/Z021 OD7200-1 GENERAL CAiJ� ITIDN S Page � 5 of 63 construction to be employed bp Contractar and safety precautions and p�rograms incident ihereto; ar 2, o�er data, mterpretations, opinzons and informatzon contain�d in such reports ox shown ar indicated in such drawings; or any Contractor interpretatian of or conclusion drawn frona any "technical data" or any such other data, mterpr�tations, opinions or infozxnation. C. Contxactar shall not be responsible far any Hazardous Environmental Condition uncovexed or revealed atthe Si�e whic� was not shown ox indicated in Drawings or Specifications or identified in the Contract Doctunents to be withm the scope of the Work. Contrac�or shall be responsble forr a Hazardous Env�.ronmental Con.dition created with any materia�s brought to the Site by Contractor, Subcontractars, Suppliers, or anyone el�e for whom Contractor is responsible. D. IF Contractar encounters a Hazardous Environm�ntal Conciition or if Contractor or anyo�e fox whain Contractar is responszbl.e creates a Hazardous Env�ro�zr�nental Conditzor�, Contractor sh,all irz�x�ediately: {i) secure or otherwise isolate such candi�ion; {u� stop all Work in conti�ction vvith such candition and �n any area affectedthereby (except inan emergency as required by Paragraph fi,17.A); and (iii� notify City (and pramptly thereafter conf'trzx�. such �ntice in writing). Ciry naay consider the n.ecessity to retain a qu�lified expert to evaluate such condition or take corrective actior�, if any. E. Cont�act�r shall not be requir�d ta resume Wor� zn conr�ection with sucb candition or in arry a�Fected area until after City has abtained any rec�uired pez7mits related t�exeto and delivered written notice to Contractor: (� specifying that sucla condition an.d any affected area is ar has been xendered suitable for the resumptian oiWork; or {u� speciiying any specia� conditions u�der which such �ork m�y be resumed. F. If after receipt of such written notice Contractor does not ag,7ree to resume such Worl� �ased on a xeasonable belief it is unsafe, or does not agree to resu�ne such Work under su�ch special conditions, the� City may ordex the portian of the Work that is in t,Iie area affected by such cazadition to be deieted from the Work. City rnay have such deleted partian oi the Work perfanr�ed by C�ity's own %rces or Qthers. G. To tlae fullesi extent permitted by Laws and Rsgultttions, Contt-actor shall ina'emnify and hold harmless City, fr�om and againsi all cdaims, cost�, losses, and damages (incl�ding but not dimited to all fees and charges af e�zgineers, a�chztects, atto�ney,s, aazd atherp�ofessionc�ls dt�d all caurt or arbitration ar othe� dispute resolutio� costs� arasing otat of ar relating to ca Hazardous Environmental Condition creitied by Contractororby anyanefortivhom CaratractoY is responsible. Nofhing in ihis Paragraph 4. 06.G shal! obligate Contractor to indem� � any indivldual ar entity from and against the consequences of that individual's or entity's own negligence. H. The provisions of Paragrap}3s 4.02, 4.03, and 4.f}4 do not app�y to a Hazardous Environz�n.ental Conditio�n unco�eied or revealed at the Site. ClTY OP PORT WORTH Comanche Trail - HIiOM STAN�ARDCONSTRUCT[ON S�ECIFICATION DUC;UMEi�l7'S CPi�T; 1U3396 Aevision: 8f13p�1 oa�2a�-i CEN�RAL CONaITION 5 Page 16 oF 63 ARTICLE �— B ONDS AND INSURA,NC� 5.01 5.02 5.03 Licensed Sttreties and Insurer,� All bonds and msurance required by the Contract Documents to be purchased and rnaintained by Cont�•actor sliall be obtained from surety ar insurance comparues that are duly license� or authorized in the State of Texas to issue bonds or insurance poIicie� for the liz�z�its and coverages so xequired. Such surety and u�surance companies shall alsa meet such additional requirements and qualiF'ications as may be provi.ded m the Supplerz�entary Conditions. Performance, Perynaent, andMaintenance Bonds A. Contractor shall fiXrnish perfozxxiance and paymez�t bonds, in accordance with Texas Government Cade Chapt�r 2253 or successor statute, each it7 a� amount equal to tlie Contract �'z•ice as security for the faith�ul perfarmance and paytnent af a11 of ContracEor's obhgations urzder the Coniract Documents. B. Can�ractor shall fiarnish m�intenance bands in an amount equal to the Cantract Price as securiry to protect the Ciry against any defects in any portian of the L7tiTork descr�bed in the Contract Dacunnents. Maintenance bonds shall rernain in effect for two {2) years after the date of Final Acceptance by �he City. C. AU. bonds shall be in the fo�-zn prescribed by � ContractDacuments except as pro�ided othexwise by Laws or RegaIations, and shall be executed by such sureties as are named in the Jast of "Companies Holding Certificates oi A�.rthority as Acceptable �uxeties on F�deral Bonds and as Acceptable Reinsurin.g Companies" as published in Circular 57a (amended) by the Financial Management Sezvice, S�rety Bond Branch, U.S. Departnnent of t1�e Tr�aszuy. AlI bonds si�ned by an agen.t ar attorney-in-fact zxzust be accnmpanied by a sealed and dated power a� at�orney which shall sho�v that it is effective on the date the agent ox attorney�m-fact signed each bond, D. Tftk�e surety oc� any band fu�•nishad by Contractor �s declared banla�upt ox• becorriEs insalvent or zts right to da business is tenninated m the State of Texas or it ceases to meet the requirements of Paragraph 5.02, C, Con1�•actor shal� promptiy notify Ciiy a.nd shall, within 30 days af�ex t.�ie event giving rise to such notificatinn, provide azaother bnnd and surety, both af which shall comply with the requirements af Paragi•aphs 5.a1 azad S.OZ.C. Certificates of Ins�erance Contx-actor shalI deliver fo City, with copies to each additional uisured and Ioss pay�e identified 'u� the Supplementaly Canditions, certi�cates of insurance (oth�r evidence of insurance requested by City ar any oth�r additional ansured) in at Ieast the minimurn amotmt as specified irz the Supplementa.ry Conditions which Contractor is requ�ed to purchase and ma�tain. 1. The cert�cate of insurance shall c�ocUment the Ciiy, an.d aII identified entaties named in the Supplez�z�cntary Cnnditzons as "Additional Insu�•ed" on all liability po�icies. CTTYOF F�RT WORTH Comanche Trail - E[RQNi STr1NDA�2DCONSTRUCfION SPBCIFiCATION DOCUMENTS CPN; 1D3346 Etevisian: 8J73I�21 ao�2oo-� GENERAL CON� ITIO N S Page 17 of 63 2. The Contractor's general Jiability ins�aara�ce shau include a, `�ex project" or "per 1oea�ion", endorsement, w}�ich shall be identif'ied m the certificate o£�surance provided to the City. 3. The ce�tificate shall be signed hy an agent authorized io bind coverage on behalf ofthe ir�ured, be cosnplete in its entirety, and show complete insurance carrier names as listed in the curre�t A.M. Best Property & Casualty Guide 4. Tlae sns�.u'�rs for all �olicies must be licensed and/ar approved to do business in the State of Texas. Except for workers' compensation, all insurers must have a mini�am ratin.g of A-: VII in the cur�'ent A. M. Best Key Rating Guide or have reasonably equi�+a�ent fiuiancial strengtiz and solvency to the sa�.isfaction of Risk Manageme�t. If the rati�g is below that required, written approval of City is required. S. AIl applieable policzes shaIl include a Waiver of Subrogat�on (Rights of Recavery) in favar of the City. Xn addition, the Con�ractar agrees to waive all rights of suhrogation agains� the Engme�r (� app�icable}, and each additiana.i insured identiified u1 the Supplementary Conditians 6. �aihrre of khe City ta demand such certificates ox other evidence of full compjiance with the iz�.surance requirements ox faihu•e of tkie City' to identify a deficzency froxz�. evidence that is pro�ided shall not be constzued as a waiver of Contxactor's obligatian to maintain such lines of insurance covez'age. 7. If insurance policies are not writl:en for specif'ied coverage limits, an Umbrella or Excess Liability insuranc� for any difFerences is required. E�eess Liability shalS follovsr forna of the p�rimary co�erage. 8. Unless otherwise stated, all requued insurance shall be written on the "accurrence basis". If coverage �s underwvritten on a claixns-made basis, the retraactzve date shall he coincident with or prior to the date of ihe effective date of the agreement and the �erfi�icaie af insurance shall state that the co�erage �s claims-rnade and the retroactive date. The msurance covera�e shall be r�ainta��d fox the duration of the Coz�tract and for tkree (3) yeaY�s followmg Final Aceeptance provided under Che Contract Documeats or for the waY-ranty peziod, v�rhicl�ever is longer. An annual certificate of msurance submitted to the City shall e�vidence such insurance coverage. 9. Policies shall have no exclusions by endarsements, which, nei�her nullify or amend, �he required lines af co�erage, nor decrease the limits of said coverage unless such endarserrr�ents are approved in writing hy the City. In tk�e event a Contracti has been bid or executed and tl�e exclusions are determin�d to be unaCceptable or ihe Ciry desires additianal insurance coverage, and the Gity desires the contractorlengineer to obtain such coverage, tlae contraet px�e shall be adjusted by the cost of the prezxuum %r such additional coverage plus 10%. 10. Any self insured retenkion (SIR), in excess of $25,000.00, aFf�ct�ng required insurance coverage shall be approved by th� City in regards to asset value and stockholders' equity. In CjT"Y OT FdRT WOTZTH Comanche T�ail - HR014i STANDARDCONSTR[]CTIOY SPECIEICATION IJOCLTMEN'F'S CPN:lfl3396 Ttevision; 8�73/2621 oo�zoa-i G�.N���car�oiTior�s Page l $ of 63 lieu of traditio�al insTarance, alternative coverage maintained through ir�surance poals ar risk xetentian groups, must also be approved hy City. 11. Any deductable in excess of $5,000.00, for any policy that does not provide coverage on a f�rst-dollar basis, rnust be acceptable to and appraved by the City. 12. City, at ats solc discretian, reserves the right to revieur the insurance rec�uireznents and to make reasonable adjustr�ents to insurance coverage's and their Iunits when deezxied nacessary and prudent by the City based upon cl�anges in stat�rtory 1aw, co� decision or the cJaims histo�y af the inndustr�r as well a5 of the contraeting party to the City. The City shall be required to provide pz-ior notice of 90 ciays, and the uasurance adjustm�nts sha11 be incflrporated into the Wozk by Change Order. 13. City shall be entitled, upan written request and without e�pense, to receive copies of po.licies and endorsem�nts thexeto and may naake any reasona.ble requests for deletion or revision or modifcations of particular policy tez�ns, conditiaz�s, Iimitations, or exclusioz�s necessary to conform the p�licy and endorsements to �he requ�rernents af the Contract. Dele�ions, revisions, or modificafions shall nat be required �vhere poliey pz•o�isions are established by law or reguIalions binciing upor� either party az the underwriter on any such policies. 14. City shall not be responsible for �.e direct payzxient of in�ua�ance premiutn costs for Cantractor's insurance. S.U4 Co�ti^actor's Irasur�ance A. Wo�kers Co�npensation and Employers' Liability. Coniractor shall purchase and rz�amtain such i�surance cove�age with limirs cansistent with statutoty benefts outlined in the Texas VVo�•kers' Cozxipensation Act (Texas Labor Code, Ch_ 406, as arnended), and rni�imuua limits for Ezxiployers' Liability as is appropriate for �.e Work being performed and as wil] provzde protection from claims set forth below which may arise out o� or result frorn Cantiractor's perforrriance of the Work and Contractqr'S other obiigataoras under the Coniract Do.elunents, whether i� �s to be perforrn�d by Confractor, any Subcazat�ractor ar Supplier, or by anyone diractly or indirectly employad by any of tl�em to perform any of tbe Work, oz by anyone for whose aets an� of them may be liable: 1. clain�s under �uar�ers' compensation, disabilzty benefits, and other sim�ar empIoyee benef� acts; 2, clauns fox damages because of boclily injury, occupational sickness or disease, or death of Contractor's employees. B, Commercital General Liability. Coverage shall include b�t not be limited to covering liability (bodily injury or property da.ma.ge} ar�cing fiom; premisesloperatians, independent con�•actors, proc�ucts/completed aperations, personal mj�ry, and Iiability under an uisured contraet. Insux•ance shaIl be pravided on an occ�.urence basis, and as comprehensive as the current Insurance Ser�rices Office (ISO) policy. This insurance shall apply as primary insuranee with respecf to any ather CI7"Y OF FORT WORTC� Comauche Tiai] - HRDM STANDAi2DCONSTR[1Ct10N SPECIF[CATiON 170CUMENT5 CPN:10339b Revision: 8/?3/2CQl oonoa.� GEN�.RAL CONOlTION S Page 19 of 63 insurance or self-insurancc progra�ns af�orded to the City. The Cammercial General Liabiliry po�.cy, shall have no exclusians by endarsements that would alter of nullify premises/operations, productslcampleted operations, cantraetual, personal injury, or advertising in�ury, which az� normally contained with the policy, unless the City approves such exclusions in writing. For canstruction projects that pxesen� a substaniial compieted operation e�asr.u'e, t.�;e City may requ�e the contractor to maintain campleted operations coverage for a nnizannum af no less than three {3) years fouowing the completion af the project (if identified in the �upplem�ntary Conditions}. C. Automabile �,iability. A commercial business auto policy shall pravide cov�rage �n "any auto", defined as au.tos awned, hired and non-owned a�d provide irzdemnity far clai�x�s for damages because bodil.y �jury or death of any person and or prnpErty dazz�age arising out o� the work, mamtenance or use of any rnotox vehicle by the Con.tractar, any Subcantt'actar or Suppliex, or by anyo�e clirectly ar indirectly emp�oyed �y any of them to perfnrm any of the Work, ar by anyone for whose acts any af them may be liable. D. Raalroad Protective Liability. If any di the wark or any warranty work is r�viihin the limits n� xailroad right�of-way, the Contractor shall comply wi�th th� requirernen�s identif'ied in the Supplementary Condiiions. E_ 11Tntification of Policy Cancella�ion: Contractor shall immediately notify City upon cancella.tion or other loss of irisuranee coverage. Contractor shall stop work unt� rep�cerrient msurance has been proctued. T�iere shaSl ba no iinie credit for days not work�d pvrsuant to this sectian. 5.05 Acceptance ofBonds and lrts�rance; Opiion to Replace Z£ City has any objectian to the coverage afforded by or other provisians af the bonds or insura�ce reqLxired to be purcl�ased and maintained by the Contractor in accorda.�zce wit� Article 5 on the basis of no�.-conformance with the Gontract Documents, the City shall so notify the Contractor in wjriting wifhin 10 Business Days afterreceipt af the certificates (or otl�ex evidence requested). Contractar shall pravide to the City such additional mfarn�ation ir� respect of insurance �rc��vided as the Ciiy may reasonably request. If Contractar does not purchase ox mam�ain ail of i�ae bonds and insu�rance required by the Conlract Docurrzents, the City shall notify the Cont�actor in writing of su�h far�ure prior to the start of t�e Work, or of such failure to maintain prior to any change in the required coverage. ARTICLE 6 — CONTRA.CTOR'S RESPONSXBILITIES 6.01 SupeNvisi�on and S�perintendence A. Contractor sha�l supervise, inspect, and c�irect the Wark connpetently and efficier�tly, dev�ting such attention thereto and appXying such sk71.Is and expertise as rz�ay be nEcessazy to perform the Work in accordance with the Contxact Documents. Cpnt�ractar shall be salely responsible for the rneans, methods, techniques, sequen.ces, and procedures of construction. CITY OF FORT WORTH Comanche Trail - HROM STA�TBr1RDCONSTRUe1'ION SPECIFICATIdN v�CUM�NTS CPN; 103396 Revision: 823Ti�1 aa�2oo-� GEN�RALCOI��ITIONS Page 20 oF 63 6. U2 B. At all tirnes during the progess of the Work, Cantractor shall assign a competent, English- speal�ing, Superintendent wk�o shall not 6e replaced wif.hout written notice ta City. The Superintendent �rilI he Contractor's r�presentative at tt�e Sit� and shall bave au�ority to act on behalf of Contxactoz-. AIl co�nmu�ication given to or received from the Superintendent shall be b�d'rng on Contractor, C. Coniractor shall natify t,�ie City 24 hours priox to maving areas duriz�g the sequence of construction. Labar; YYorkingHours A. Coniractor shall provide competent, suitably qualifzed personnel to perform construction as required by ihe Contract Docuznents. Contractor shal� at aIl times maintaiva good disc�pline and order at the Site. B. Exeept as o�erwise requia-ed far the safety ar protect�on of persaz�.s or �he Work or property at the Site or adjacent thexeto, and except as othet-wise stated in the Contract Documents, alI Work at the Site shall be performed during Regular Working Hours. Contractc�r wi� not pe�-mit f.he perforrnance of Work beyond Regular Working Hours or far Weekend Wozking Hours without City's written consent (wJ�zch will not h� unreasonably withheld). Written request (by letter or eleckronic communication) to perfarm Work: for bey�ond Reg�ula.r Worlcing Hours rec�uest �m.ust be made by noon at least iwo (Z) Business Days prior 6.0� 2. far Weekend Workin.g Hours reques� must be made by noan of the preceding Thursday 3. for l�gal holiday� request must be made by noon two Business Days priox to the 1�ga1 holiday. Services, Mcrterials, and Equipment A. Unless otlaenvise specif'ied in the Coniract Documents, Cantractdr shall pravide and assume full respons�bi�ity for alI services, znaterials, equiprnent, labor, transpor�a.tion, constnzetion equipxn.ent and m.achinery, tools, appliances, fueI, power, lzght, �eat, telephone, water, sanitary facilities, te�nporary facilities, azad all oiher facilities and incidentals �aecessary for the performanc�, Contractor required testing, start-up, and coznpletion of �e Work, B. All materials and equipment inco�porated into the Work shall be as specif'zed or, if not spec�ed, shall be of good quality and ne�v, except as othenvise provided in t,�e Contract Docunr�ents. All special warranties and guarantees required by the Specifications sha�l e�pressly run to the beneft of Ciry. If required by City, Contractnr shall fiirr�ish satisfactory evid�nce {including repor�s of required tests) as to the s�ourc�, kind., and quality of materials and equipmen�. CIT'Y OF FORT W�RTH Comanche Trail - I-�ROM STANI7Ai2DCON3TRUCTiOv SPECIFiCATLON ➢bCiIME1VTS CPN:103396 Revision: 8J13/Z02.1 D0720Q-1 GENERAL CAND ITlQ N S Fage 21 of 63 . �, C. All rr�a.terials and equ�pment to be incorparated �to the Work shall %e stored, applied, installed, cannected, erected, pratected, iased, cleaneci, and conditioned in accoxciance wi� instructions af the applicabie Supplier, except as otherw�e may be pro�ided in �e Contract Documents. D. All iterns of standard equipnaent �o be incarporated ir�to the Worlc shall be the latest model at the tffne af bicl, unless otherwise spec�'ied. Project Scheda�le A. Coniractor shall adh�re to the Project Schedule established in accordance with Paragraph 2.07 and the General Requ�-�rnents as it may be adjusted fram ti�nne to time as pra�ided belaw. 1. Cantractar shall submit to City for acceptance (tn the extent indicated 'm Paragraph 2,07 and the General Requuements) proposed adjust�x�.ents in the PYoject Schedule tha,t r�rll not result in c�az�.gi�g the Contract Time. Such adjusfinents will c�mply with any provisions of the General Requirernents applicable thereto. 2. Contractor shall submat to City a monthly Project Schedule wi�h a xno�thly prQgress payznent for tb.e divation of the Contract in accordance with the schedule specif'zcatio� 01 32 16. Propased adjustm�nts in the Pxoject Schedule that wri� su�rnitted in accorclance with the requiremenfis af Art�cle nraay only be �n�.de by a Change Order. 6.OS S�cbstitr�tes and "Ot--Equals" charige the Contract Time shaIl be 12. Adjushnents in Contract Tnne A. Whenever an item of material or equipment is speci.ized or described in the Contract Doeurnents by using tke name of a praprietary it�m ar the name of a particulax Supplier, the specif'zcation or descri.ption is mtended to establish the type, function, appearance, and quality required. Unless the specificatian or description contait� or �s %llowed by wards reading tbat no l�e, equi�ralent, or "or-eq�aP' itenn or no substitution is permitted, other itetns of material or equipment of other Suppliers may be subrr�tted to City for re�iew under the circumstances dEscribed below. "Qr Equal"Items: If in City's soIe discretion an itcm af r�aterial or equipment praposed by Cantractar is functionally equal to tizat named a7nd sufficientl� similax so ihat no change in rel�ted Work will be required, it xnay be considered by Ciry as an "or-equaP' item, in which casereview and approval of the proposed itezx� may, i� Ciry's sale discre�ion, be accom.plished without compliance witlx some ar all of'tlle rec�uit�ements %r approval of praposed substitute items. For the putposes of tl�is Paragt•aph 6.OS.A.1, a propased item of material or equipment w�l be considEred functionally equal to an itern so named if: a. the City detern:aines tl�at: 1) ii is at least equal 'm materials of cor�struction,. quality, durabiiity, appearance, strength, and design c�aracteristics; CTI'Y OF FORT WORTH Comanche Tra'tl - HROM STANS]AIZDCdNSTRUC710N SPEC3F[CATIpN DOCUAhEN'I'S CPN:103396 Revision: 8/1.if1�1 ao72oa-r GENERAL CpNp ITION S Page 22 of 63 2} it wil.i relia.bly perform at least equally we�l the function and achieve the results imposed b�+ th� design coneept ofth� completed Project as � functian�g who�e; and 3) it has aproven recardoFper#'ortna.nce and avaiiab�iry of responsive sezvice; and b. Contractor certifies that, i.f appraved and 'm�ozporat�d intn the Worl�: 1) there will be no increase in cost io tbe City ar increase m Cantxact Time; and 2) it w�l confarm stiibstaniially to the detailed requirern.ents of the item nam.ed in tha Contract Doczaments. 2. Substitute Items: a. If in Czty's sol� discretion an �tem of material �r equipment proposed by Cont�ractor does not qualify as an "or-equal" item under �aragt�aph 6.OS.A.1, it may be su�mitted as a pxaposed substifute item. b. Contractor shall subrnit suf3Eicient infa�n.ation as provided below to allo�v City to detez-naine � the item of znatarial or equipment proposed is essentia,l�y equivalent ta that naz�n.ed and an acceptablc substitute therefor. Requests for review of proposed substitute itezns of material or equipment will not be aecepCed by City frorn anyone other than Cor�tractor. c. C�r�traetox �hall make written appfication to City �ar revie�v of a�roposed substitt.it� item of m�atexial or equipment that Contractor seeks to fi�rnish or use. The application shall cozx�ply with Section O1 25 OQ and: 1} shall certify thatthe proposed substitute item vvill: a) perfarm adequately the iunctions and achieve tlie results called far by the general design; b) be sirnalar in substance to that speci�ed; c} be suited to the sarne use as that specified; and 2} w�71 state: a) the extent, i£ any, to whtch tbe use of ihe propnsed substitute item will prejudice Cpntractor's achie�ement of final eoznpletion on tirne; b) whethex use af the propased substitute ir�m m tha Work w�l require a change in a�.y of the Contract Docunnents (or in the provisions of any other direct contract witb. City for other work on the Project) to adapt the design to the propased substitute item; CITY OT P'ORT WORTH Comanche Trzil - HROM STE1NDAiZDCONSTRUCTION SPCCIFICAT[ON DOCUMENTS CPi*1:103396 Revisian: 8�3f�621 ao�2ao-� GENERALC6NpI7lON S Page 23 of 63 c) whether mcarporaiion or use o� the groposed subs�itute item in cannectian with the Work is subjeet to payment of a�y license fee or xayahy; and 3} will ident�fy: a) ail variations of the pxopased substit�ate item fr4m that speci£ied; b) available engineering, sales, znaintenance, repair, and replacement sezvices; and 4) shall contai� an it�mized estimate of all costs ar credits thai wiJl result d'u�ecily ox ind'urectly from use of such substitute item, including costs of redesign and Daimag� Claims of other coniraetors affeetad by any resulting c�ange. B. Subsiitute Constrtcctian �ethods or Procedures: Tf a specific means, methdd, technique, sequence, or procedure of construction is expressly required by the Can�ract Documents, Contractor naay furnish or ut�ize a substitute means, method, techni�ie, sequence, or procedwre of construction approved by City. Con#�actor shall submi� sufficient infoxnaatio� to allo�v C�ity, in City's snle discretian, to detercnine that tbe substitute proposed is equi�alent to that expressly called far by the Contract Documents. Contractor shall make written application to City for �eview in the sazxie manner as those provided in Paragraph b.QS.A.2. C. Ci1y's Evaluation: Ci�y will be al�owed a reasonable tirne witl�in �rtirluch to evaluate �ach proposal or submitkal made pursuantto Paragraphs 6.OS.A and 6.(}S.B. City �ay require Contractox to fixrnish additional data. about fhe propnsed substitute. Ciry will t�e the sole judge of acceptability. No "or-equal" or substitute will he ardered, installed or utilized until City's review is comple�e, which will be evidenced by a Change Order in the case of a substitute and an accepted Su�mi�tal for an "oz-equaL" Ciry will ad�ise Contractoz i� w�:ting of its deterz�.ina�zon, D. 3'pecial C'ruarantee: City may requ�e Con�ractor to fi�rnish at Contractor's e�ense a special perfarmance guarantee, wananty, or other surety tn+ith respect to any substitute. Contracto� shu7l inderrtnify and hold harmless Ciry and anyone di�ectly or indirectly emprayed by them fram �nd against any and all claims, darnages, lasses and expenses (including rxitorneys�ees) ctrfsing oa�i o,,f the use of s�hstituted materzals o� equipnaent. E. City's CostR�imbLansement: CIty wili record City's costs in evaluating a substitute proposed oz' submitted hy Contractor pursuant to Paragraphs 6.05.A.2 and 6.OS.B. Whether or not City approves a substiiute so proposed or submitted by Cont�actor, Co�tractar may be required to xeunburse CiLy for evaluating each such praposed substitute. Contractor may also be required to reimUiu'se City fo� the charges fnr makzng changes in the Contract Documents (or �iti the provisions of any other d�ect contract with Gity} resulting fi•om the acceptance of each proposed substitute. �'. Contracior's Expense: Contractor shall provide all data iri support of any propased substitute or "or-equaP' at Contractor's expense. CITY OF FDRT W012TH Comanche TraiL - HROM STANDARDCONSTRUCTION SPECIFICAT[OM DQCUMENT'5 CPN:ID334G Revision: 8Q3li021 oo�aoa-i GENERALCAN�ITION 5 Page 24 0£63 � 1. G. City Sub,stituteReimbu�sensent:Costs (savmgs ar charges) attn�utable to acceptanceof a subsiitute shall be mcorporated to the Contract by Change Order. H, Tzme Extensians: No additionaI time will be granted for substitutions, Cancerning Subcontractors, Suppliers, and Others A. Contractor shal� perform with his awn organization, work of a valu� not less t.�an 35% of the value enr�hraced on tbe Con.tract, unless otherwise approved by fhe City. B. Contractor shall not emplay any Subcnntractox, Supplier, dr other individual or entity, w�ether initaally or as a repla.ceznent, against whom City m�.y have reasonable obj�ction, Cantractor shall not be r�quired to employ any Subcontractor, Supplier, or other individual ar entity to fiiri�ish or perform any of the Work against whona Contractor has reasanable objectian {excluding thnse acc�p�able to City as indicated m Paragraph 6.06.C). C. The City may from time to time require the use of cez�ta�in Subcontractors, Suppliers, or other individuals ar entities on the praject, and �vill provzd� such r�quirernents in the Supplementaxy Conditions. D. Minoriiy Business Eraterpr�ise Compliance: It is City policy ta ensure the Full and equiia�ale participation by Minority Business Enterprises (MBE) in the procurement of gaods an.d services on a eantractual basis. If the Contract Dacuments provide far a MBE goaI, Confxactox is requu•e d to cflmply with tb.e intent of the City's MBE Ordinance {as axx�.ended) hy the followang; 1. Contractor shall, upon request by City, provide coinpiete and accl�-ate information regarcting actual woxk performed by a MBE on the Coniract and payment therefor. 2. C.ontractor will not zx�.ake additions, deletions, or substiiutions of accepted MBE without writt�n co�ent of the City. Any unjusti#ied change or deletian shall be a material breach af Contract and may result in d�barment iz�. accordarice with the procedures outlzt�.ed �n the Ordinance. Contractar shal�, upan requestby Ciry, allow an a�ldit andlor examina�ion of any boolrs, r�cords, or %les iz� the possession oi the Cantxactor that will substantiate the actuaZ work performed by an MBE. IVlaterial misrepresentat�on o� any natiue wi1l be grounds for termin�tian of the Contractin accardancewithParagraph 15.02.A. An}r suchmisxepresentaiion ma.y be �-ounds for disqualificat�on of Contractor to hid on fiiture cantracts wrth the City for a period of nnt le�s th�n three years. E. Contractor shall be fully responsible to City for all a.cts and ornissions af the Subcontractors, �upp�iexs, and other individuals or entities performi�rag or ftunishing any af the Work ju�t as Cantractor is responsible for Contrac�or's own acts and omissions, Nothing in the Contract Docuznents: CITY OF FOR'i' WQRTH Comanclie Trail - HROM 5TA3YDART7COdJSTRUCTiON SPECIFICATI4N DDCUMEN7'S Ci'N:10339G Revision: �L�2021 oo �r.a aa - � GENERAI CAND ITiON S Page 25 of 63 shall create far the benefii of ax�y such Subcontractor, Supplier, or ot�er individual or entity any contractual relataonship between City and any such Subcontractor, Supplier ox ather individual or entity; nor 6.07 2. shall create any obligation on t1�e part of City to pay or t� see to the payrnent of any rnaneys due any such Subcantractor, Suppker, os• other individual o�' entity except as may otherwise be required by Laws and Regulation.s. F. Contractor shai� be sa�ely responsable �or scheduling and coordmating the Work of Subcantractors, �uppliers, and ather individuals or enti�ies performing or furni�hing any of the Worl€undex a direct or inci.+rect contract wikla. Contractor. G. A�l �ubcontractors, Suppliexs, and such other �dividuals or entities �aerforming ar furnishing any of the Wark shall communicate with City thrraugh Cont�actor. H. All Work performed for Contractor by a Subc�ntractor or Supplier w�I be pursua�t ta an appropriate agreemen.t betw�en Co��'actor and tk�e Subconiractar or Supplier which specif'ically binds the Subc�nteactor oar Supplier to t�ie applicable terrns and candit'rons of the Con�raci Documents for the bene� of City. Wage Ra1es A. Duty to pay Prevailing 1Wage Raies. The Cantractor shall cc�mply with all rec�uireme�ts of Chapter 2258, Texas Government Code {as amended), including the payment of nat less than the rates deterinined by the City Cour�c�1 of the City af Foz-t Worth to be the prevailing wa�e rates in accordance with Chapter 2258. Such prevaiiing wage rates are included in t�iese Cantract Documents. B. Penaltyfor Yiolation. A Contractor or any Subeoutractor who does nat pay the p�•evailing wage shall, upon demand made by the C�y, pay to the Ciry $60 for each worker employed for each calendar day or part of the day that the worker is paid less than the prevailing wag� rates stipulata d in these confsact documents. This p�nalty shall be xetained by the City to offset its admitzistrative eos�, pursuant to Texas Government Code 2258.423. C. Complaints of Violations and City Determznation of Goad Cause. On rec�ipt of infoi7nation, incIuding a comp�aint by a worker, conceznirig an alleged violation of 225$.023, Texas Government Code, by a Contractar or Subcontractor, the Ciry shall make an initia� detea•minatinn, before the 31st day af�er the date the City receives the uaformation, as to whether good ca�asa exists to believe tha# the vialation occurred. The City shall notify in writing the Co�tractor or Subeontractor and any affectedworkex of its rnitial detennination. Upnn the Ci�.y's determina�ion that there is good cause to be�eve the Contractor or Subcontractor has violated Chapter 225$, the Gity sha.0 xetain the full amounts c)aimed by the clagnant or claimants as the clifference betweenwagespaid andwages due under the prevailing wage rates, such amounts being subtraeied from successiv� progress payments pending a fnal detem�ination of the violation. C1TY O�' FORT WORTH Comanche Trail - HRaM STANDARDCflNSTRUCTION SPECIFICA'f[ON DOCUM�NTS CP3+(:1U3396 Rcvision: RR32(f2l 00 �z oo - i GENERAI. COND ITfON 5 P age 26 of 63 � �s D. Arbitr-atfon Rez�uirerl if Violation NotResolved, An issue relating to an alleged vzolation o��ection 225$.023, Texas Go�ernment Code, includmg a penalty owed to the City ar an afFect�dworkex, sha�i ba submitted to bind'mg arbrtration rn accordance with th.e Texas General Arbi�ration Act (Artzcle 224 et seq., Revised Statutes) i� the Contractor or Subcontractor and any ai%ctedvvarker doe� not resolve the issue by agreementbefore the 15th dayafterf�e datethe City rnakes its mitial deternlination pursuant to Paragraph e abave. If the persons r•equired to arbitrate ur�der this section do not agree on a� arbitraior before the 11th day af�er the date that arbitratian. is required, a district court shall appoint an arbitrator on th� pet�ion of any of the persons. The City is not a party in the arbitration. The decision and award of tl�e arbitrator is finaI aad binding on all paz-ties az�d maq be enfarced in any co�uri of campete�t jurisdiction. E. Record,s to be Maintained. The Cnntractor and each Subcant�actor sha]l, far a period of three {3) years foIlowing the date af acceptance of the work, maintain recards that sho� (i) tk�e name and occupation o�'eachworker ernployed by tk�:e Contc-actor in the construction of the Work pravided for zn this Contract; and (u) the actual per diEm �ages paid to each warker. The records sha�l be open at a11 reasanable haurs for �spection by the City. Th� �rovisions of Paragraph 6.23, Right to Audit, shall pertaizi to tivs mspection. F. Progress Payments. With each prngres� payznent or payz�oll period, whichever is less, the Contrac�or shall submit an affidavit statu�g that the Contractor has compJ�ed with the requirements of Chapter 2258, Texas Go�eznment Code. G. Posting of Wage Rates. The Coniractor sha1l past prevailimg wage rates in a eonspicuous place at aIl tirnes. H. Subcantt•actor C'ompliance. The Contractar shall include ir� its subcontracts and/or shall otherwise requ�-e all of its Subcontractors tn connply with Parag7raphs A througYa G above. PatentF'ees and Royalti�s A. Contractor shall pay aIl license fees and royaltzes and assua�e all costs incident to the use in the perfoY�nance of the Work oz the incorpo�•ation in the Work of any in�ention, design, process, product, or device which is the subject of patent r�ights or capyrigYits held 6y others. If a particular invention, desagn, prQcess, product, or device is specified 'm the Contz�acf Documents for use in the perfaz�aance of the Wo�•k and if, to tb.e actual �owled�e of City, its use is subject to pa�t�nt rights or copyrights callir�.g for t�e payrn�nt of any Iicense fee or royaIty ta others, the existence of such �ights shall be disclosed by Cz�y in the Cantxact Documents. Fa�lure of tl�e City to disclose suci� information daes nat relieve the Contractor from its obligations io pay for the use of said fees or royalties to oth�rs, B. To the fi�ll�st extent per�mitted by Laws and Regulations, Contracto� shall indemnify and hold hapmless City, from and again.stall claims, costs, losses, and damztges (including but not lamited to all fees and chce�ges of engineers, ar•chatects, atto�neys, and oth.erprof�s,sionals and all court or arbitration or other dispute �•esolution costs) c�rising out af or relating to any infringement of patent rights or capyrights incideni to fhe use in the performance of the Wark or �^esultingfrom CITY O� FORT WpRTFI Comauclie Trail - HROM STA,]VI]]AI2DCONS7'RUCI']ON 5I'EC[FICATION DOCUIvIENTS CPlY:143395 Revision; 8?31Z02i oa 72 aa- i GENERAI. CAN� ITIO N S Page 27 oF 63 the incorporation in the Work of rxny inveration, design, process, pPO�ZSC�, or device not,specified in the ContracZDoc.uments. 6.09 Permits and U�ililies A. Contractor abtained perrnits and licenses. Cnntractor shall obi�in and pay far all construciion permits and licenses except those pro�ided for in the Supplementary Conditions or Contract Documents. City sball assis� Cont�actor, vahen necessary, in obtair�ing such permits and licenses. Contractar shall pay all governrnental charges and inspection fees necessary for the prosecution af the Work which are applicable at the time of opening of Bids, or, i� there are no Bids, on the Effective Date af the Agreemeni, except for permits provided by the City as speci£'ied in 6.09.B. City shall pay all chaxges of utiliry owxzers fnr eonnections far provici�ng permanent service to i.he Work. B. City obtainedpermits and licenses. City wil� obtain andpay for all �ermits and licenses asprovide d for in the Supplementary Conditions or Conteact Docunnents. It wr� be the Contractor's resp.onsibility to carry out the pro�iszons of the pez7mit. If the Contractor init�ates changes to the Contract and the City approves the changes, the Contractor is re�ponsible £or obtaining clearances and coordinatiug with the appropriate reguiatory agency. The Giry wzl.l. not reirnburse t�e Contractor t'or any cost assaciated witl� tllese requirernents of any City aequi�ed permit. The fo�lowing are per�xai�ts the City will obtain if requi�red: 1. Texas Depariment of Transportatiorz Perrr�ts 2. U.S. A�tny Corps of Engineers Permits 3. Te�a� Camix�.ission on Environmental Quality Perrnits 4, ltailroad Cornpany Permits C. O�etstanding permits and li�enses. The City anticipaies acquisition of andlor access to permits and licenses. Any outstanding permits and licenses are anticipated to be acquired in accordanGe with the schedule set farth in the Supplernentary Conditians. The Project 5chedule submitted t�y the Cont�actor � accordance with the Cont�•act Docum.ents must consider any outstanding permits and ficanses. b.10 Luws and Regz�Iaiions A. Contractor shall give all notiees required by and shall comply with aIl Laws and Regulations applicable to the perfornla.nee of the Worl�. Except whexe otherw�se expressly required by app�.cable Laws and Regulatiaz�s, the City shall nat be respons�le �nr monitorir�g Contractor's cornpliance wi�h any Laws or Regulations. B. I� Contractor perfortns any Work knawing or having reason to know that it is contrary to Laws or Regulations, Con�ractor shall bear all clain�, costs, losses, and damages (including but not �imited to all fees and charges of engineers, architeets, attorneys, and other professionals and all CTi'Y OF FORT WORTH Comanche Ttail - HROM STANDARDCONSTAUCI'�ON SPECIFICATION DOCUMENTS CPN:10339G Revision: 8�I (JO7200-1 GE.NERAL CON� ITIO N S Page 28 pf 63 co�u�t or arbitrat�on ar ot�er dispute resolution casts) arising out of ar relating to sucb Wark. However, it shail not be Contractor's responsi��ity to make certain that the Specifications and Dra4vings are in accorda.nce with Laws and Reg�latians, but this shall not r�lieve C�ntractor o� Contractor's obligations under Paragraph 3,0�, C. Changes in. Laws or Regulations not lrnown at the tnme of oper�zg of Bids l�v�� an effeci on t.�e cost or iime of performax�ce of th� �Vorlc �anay be the subject of an adjustment ir� Contract Price or Contract Time. 6.11 Taxes A. On a contract awarded by the City, an organization which c�aliftes for exemption pursuant to TexasTaxCode, SubchapterH, Sections 151.301-335 {as amendec�,the Contractormaypurchase, r�nt or lease aIl materials, supplies and equiprzaez�t used or consiux�ed in the pexfozr�ance of this contract by issuing to �iis supplrer an exempt�on cert�cate in lieu of the ta� said exemption certificate to compl� w�th State Comptroller's Ruling .007. Any such exemption certi�cate issued ta the Coniractor in �ieu of tlle tax shall be subject to and shall comply wiih t11e provisron of State Comptroller's Ruling .011, and any othar applicabl� ruIin�s pertain�g to the Texas Tax Code, Subchaptez- H. B. Te�cas Tax pezxxaits and 'mformatian may be obtair�ed from: 1. Comptraller af P�tblic Accoun.ts Sales Tax Divi�ion Capitol Station Austin, TX 7871 i; or 2. htt�a:l/w�vw.wmc�ovv.state.tx.us/taxinfo/taxForms/93-forms.html b.12 Use of Site and OiherAreas A. Limitation on Use of5iteand Othe�At�eas: 1. Contractor shall confine constractian equipment, the storage of materials and equipment, and the opera�ions nf workers to th� Site and other areas pezmittecf by La�rs and Regulations, and shall not unreasonably encurnber t��.e �ite and other areas wiih cor�struction equiprnent or other materia�s or equipment. Contractor shall assurne f� respor�s�bility far any darnage to any such ]and ar area, or to tE�e owner or occupant ther�of, or of any adjacent land ar areas resulting froran the perforrnance of the Wark. 2. At any time when, fn tl�e judgment af the City, the Contractor has obstructed or closed or is carrying Qn operations in a p�rtion of a sireet, right-of way, or easement �reater than i� necessary for prapex execution of the Work, the City naay require �Iie Contractor to �'�ish the section an whzch operations are in progress hefare work is com�enced on any additional area of the Site. CITY OF F'OitT WQRTH Cnmanche'I'rail - HRQM STANDARDCONSTRUCT]ON SPSCIF'ICATION DQCUMENTS CPN; 103396 Revision: 823/1All oa 7z ao - i ���vE�a�coNoirioNs Yage 29 oF63 3. ShouJ.d arry Darna.ge C�im be made by any s�ch owner or accupant because of t11e perforn�nce of the Work, Contractox shall promptiy attempt to resolve tl�e Darnage Claun 4. Pursuant ta Pcaragraph 6.21, Contr^actor shall indemnifyartd hold h.armless City, from and against all claims, costs,losses, and darnages a�ising out af or relating to at�y clarm or acfion, legal or equitable, brought by any such owner o� oecupant again�st City. B. Removal af Deb�is Durfng Performance af the Work: During the progress of the Work Contractor shall keep the Site and other areas free f�rom accumulatians of waste materials, rubbish, and other debri�. Reznoval and disposal of such waste znaterials, rubbish, and otiher debri� sha11 ear�orm to applicable Laws and Re$ulations. C. Site Maantenance C%araing: 2� hours after written notice is given to the Con�actar that the elean-up on the job site is proceeciing in a mannex unsatisfactory to the City, �f the Contractor fai�s to cozrect the unsatisfactory procedure, th� City m�ay take such direct action as the Crty deems appropriate to correct the c�ean-up de#iciencies cited ta the Contractar in �he written notic� (by letter or electronic coz�munieation), and the costs of such direct aetion, plus 25 % of such costs, shall b� deducted from t.�e mozaies due or to become due to the Contractor. D. Final Sate Cleaning: l'rior to Final Acceptance o� the Wark Cnntractar shall clean the Site and the Work and nlake it ready for ntilization by City or adjacent properry awner. A� the completion af th� Wark Cantrac�or shall remove frozn the Si�e all tools, appliances, constructinn equipnaent and machinery, and surp�us materials and shall restore to original condition or beiter aIl property disturbed by the Work. E, �,oading St�uctures: Contractor shall n.ot load nor pernazt any part of any structu�•e to be loaded m any manner that w�71 endanger the structure, n�r shall Contractor subject any part of the Wark ar adjacent property to st�esses or pressures that �vill endan.ger it, 6.13 Record Documents 1�. Contractoz shall maintain in a safe p1�ce at the Site or in a place designated by the Contractor and approved by ihe City, one {1) record copy of all Drawings, �pecif'ications, Addenda, Change Orders, Fiel,d Orders, and written interpretations and clarifications in good arder and annotated to show ckaanges made during constructio� These record docurnents together with al� approved Samples and a counterpart o� all accepted Subinittals wi]I he available to City £or reference. Upan conapietian of the Work, �hese record documents, any aperation and maintenanee manuals, and Submittal� will be delavered to City pxiar to Fina.I Inspeciion. Contractor shall include accurate locations fox buried and i�nhedded iieins. b.1�4 Sc�fety and Protectian A. Contractar shall be solely responsible fbr in:itiating, maintair�ng anci s�rpervising all safety prec�utions and �rogxams in conz�.ection with the Work. Such responsr�ility does not zelieve Subcont�actors of their responsrbility for the safety of persons �r properky in the perfarmance of t}�eir, wor1�, nor for complianee with applicable sa£ety Laws and Reg-izlations. Gont�-actor shall CITY OF FORT WClRTH Comanclie Tiail - HROM STt1NDARDC�iSTRUCTION SPECIFICATION AOCi111+1E3�1'TS CPN:103346 Revisaon: 8173C1Q11 oa�2oo-i G�NERAL CON�fTION S Page 30 of 53 ta1�e all necessary preca�tions for the safety of, and shall provide the necessary prot�ction ta prevent da.�:aage, injury or loss to: 1. alI persons on the Site ar who may be affectedbythe Work; 6. I S 6.1b 6.I7 2. all the Work and matexzals and equipment to be incorporated Yherein, whether in storage on or ofF il�e Site; and 3. oti�er property at t11e ,Site ox adjacent thereto, inciuding trees, shrubs, lawns, walks, pavements, roadnvays, strtictu�res, uti7ities, azad Underground Facilities not designated far remavai, relocation, or repla.cement in the couz�se of construction. B. Contractor sl�all comply with aII applicable Lavvs and Regu�.tio�s relating to the safety of persans ar property, ar to the prat�ction o£persons or p�•operEy from da�aage, injury, or loss; and shall erect and maintain all necessaiy sa£eguards for such safety and protection. Contractor shall �aotify own�rs of adjacent property and of ilnderground Facilities and other utility owners when pxosecution of the Work may affect them, and shall caoperate wi� them in the protectic�n, re�nava�, relocation, and replace��nent of the�r praperty. C. Contractoz shall cornp�y wzkh the app�icable xequirements of City's sa�et� pro�ams, if any. D. Contractor shall inform Czty of the specific z•equirements af Cont�actar's safety program, if azzy, with which City's emplayees and represen�tatives mUst comply wYule at ihe Site. E. AlI da�age, in1ury, or loss io any property referredto in Parag�aph 6.1�.A.2 ar 6.14.A.3 caused, dfrectly or indirectly, in whole or in part, by Contractor, any Subconiractar, Stitpplier, or any other individual or entity directly or indirec#Iy employed by any of them to perform any of the Work, or anyone fox whose acts any of them may be liab�e, shall be reznedied by Contraetor. F. Coniractor's duties and xespons�bili�ies for safety and for pr�tection of the Work shall contit�ue until such tizxze as aIl tha Woz'k is completed and City has accepted the Va7ork. Safety Representative Contractor shall infotm City an writing af Contractor's designated safety reprasentative at the Site. Hazard ComrnunicaiianPragrams Contractor shall be �•esponsble foz- c�ordinatmg az�y exchange of znaterial safety data sheets or othex hazard communication infarmation required to be xaaade available to or exchanged between ar amang employers irz accordance with Laws or Regulations. Eme�gencies and/arRect�cat�'o�a A. In emergencies affecting the safety or protection of persons ar the Work or property at tl�e Site or adjacent thereto, Contrac�or is obIigaied to act to preveni threatened darna.ge, injuty, or loss. Contractor slnall give City proam:pt w'ritten notice if Con�actoz beIieves that any significant CITYOF FORT WORTH . Comauclte Trail - HRONi STANDAADC01dSTftUCT1dN SPECiF[CAT[ON DOCUMENTS CPTf; 103396 Revision; 8/23(1p�1 00 61 13 - l PERFORMAI�iCE BDA@ Page 1 af2 1 2 3 4 5 6 7 8 9 io ll 12 SECTION 00 6113 P�RFORM�.NCE BOND THE STATE OF TEXAS COUNTY OF TARRANT That we, "Principal" herein and known as a corporate surety(sureties, if more �hazx one) duly authorized to do business in the State of Texas, l�nown as "Surety" herei� (whether one or naare}, are held and firnaly bound unto the City of Fort Warth, a m.unicipal corporation created pursuant to the laws of Texas, known as "City" hcrei�a, in the Qenal sum nf, Dallars 13 ($ , lawful money of the Llnited States, to be gaid in Fort Worth, 14 Tarrant Cour�ty, Texas for tlae payrnent of which sum well and truly to be made, we bind 15 ourselves, our heus, executors, adrninistratars, successars a.nd assigns, jointly and severally, i[.� 17 18 19 za 21 2�. 23 2�} 25 26 27 28 29 �'it7nly by t�ese presents. WHEREAS, tl�e Principal has entered into a certain writtet► contract with the City awarded the day of , 20� wb.ich Contract is herehy t'eferred to and made a part hezeoi for all puxposes as if �uliy set farth hereizi, to fi�'nish all materials, equipment �abor and ot]�er accessories deiin.ed by Iaw, in the prosecution of the Work, i�eluding any Change Orders, as provided for in said Contract designated as Camanche Trsal -- HROM, 103396. NOW, THEREFORE, the eondition af t�is obligation is such that if the said Princs�al shall faitlifully perfarm it obJzgations under ttie Contraet and shall in all respecls duly axi.d fai.thfully perform the Work., including Chan.ge Orders, under the Contract, aceording to the plans, specifications, and conta'act documents therein referred to, azzd as well during a.ny period of extension nf the Co�tract that may be granted on the part of the Gity, then this ob�igation shaJ.l be and become nulJ and void, othervuise to remain in fii11 force atxd effect. PROVIDED FURTFIER, that if any legal action be filed on this Bond, venue shall lie in Tarrant Caunty, Texas or the United States District Court for tb.e Narthern. District af Texas, Fort 3p Worth Division. CII"Y O�' FORT WOItTH STAI�[DARD CONS`T'ItLTCTION SPBCFE'ICATION DOCUMENTS Revisedluly 1,2411 � § KNOW ALL BY THESE PRESENT5: § Comanche Trail - HROM CPN: 10339fi oa�zao-i GEN�RAI. CONf31TI0N S Page 31 of 63 cha.nges in the Work or variations from tl�e Con�ract Docutxzents have been causedthereby or are required as a result thereof. If City determmes that a cY�ange in the Contract Docurn.ents is require d b�cause of the action taken by Contractar in response to such an emergency, a Change Order znay be issued, B. Should the Contractor fail to respand to a request from the City to rec° any discrepancies, omissions, or correction necessaiy to cozifortn �crith the requffe�zents of the Contract Documents, the Ciiy shall give the Contractar w�ritten notice thai such wark or changes are to be performed, The written notice shall direet attention to the discrepant condition and rec�uest the Contractor to take reznedial actian to carrect the condition. In the event the Contractor does not take positive steps to fulfill this writ�en request, or does not show just cause for not taldng the pr�pez actian, wi�n 24 hours, the City zxzay take suck� z•emedial actzon r�ith Czty forces or by contracf, The City shall deduct an amount equal to the entire costs £or such renaedial actiaz�, phis 25°/o, from any fiinds due or become due the Coniractar o� the Pz-oject. 6, I8 Submattals A. Contractor shall submit requ�ed SUbmittals to City for revievv and acceptance in accordaz�ce with the accepted Schedule of Suhrnittals {as required by Paragraph 2.07}. Each subtnittal will be identified as City rnay require, 1. Submi� nu�ber af copies speci�ied it� the General Rer�uirements. 2. Datashown on the �ubmittals will be camplete wiihr�spectto quantities, dumensions, specifed performance and design criteria, �at�rials, and snnilar data to show City ihe services, materials, and equipment Coni�actor proposes to p�-ovide and io en.abie City to review the it�orznation �or the litnited purposes required by Paragraph b.18,C. 3. Subznittals subrnitted as herein provided by Contractor and reviewed by City for c�mformance with the design concept sha1l be executed in conforrnity with the Contract Doctunents uriless �therwzse requited by City. 4. When Subzx�ittals are subrnitted for the purpose of sha�wing tJae install�tion in greater dei�il, their review shall not excuse Contractor from requ�ernents shown on the Drawings and Specificatians. 5. For-Informatian-Only subznittal� upon which tl�e City is not expected to conduct revi�w or talce responsiv� action ma.y be so identz�ed in the Contract Docu�nents, b. Submit requirec� nurnber of Samples specif'icd in the Spccifications. 7. Clearly identify each Sample as ta znaterial, Supplier, pertit�ent data such as catalog numbers, �he use for which itztended ar�d otY�er data as Ciry may require to enable City to review tl�e submitia� for ihe limited ptuposes requu�ed by Paragraph 6.18.C. CITY pF FdRT WORiH Comanclte Trail - HROM STAIV:DARDCOMSTItUCTIO� SPECIF[CATIDN DOCCJMEIVTS CPN:10339G Revision: &?3�2p21 6072fl0-I GEKERAL CAN�ITIdN S Page 32 of 63 S, Where a Suhrsuttal is required by the Coniract Documen�s or tY�e Schedul� of Submit�als, any related Work perfQrmed prior to City's review an.d acceptance of the pertuient subrmittal wiIl be at the sole expense and respons�biiity of Coe�tractor. C. City's Review: 1. City will provi.de ti�nely review ot'r�quired Submittals in accordance with the Schedule of Submit�aIs acceptable to City. Ci�ty's re•view and acceptance will be only to deternvne if the items covexed by the subznittals wil1, after insta.l�aiion ar incozporation in the Work, conform to the information g'rven iti tl�.e ContractDocumenf� andbe compatble with the design con.cept of the campleted Project as a fu�.ctionmg �rhole as indicated by the Contract Documents. 2. City's review and acceptance w�l nat extend to x�.eans, rnet:kods, techniques, seq�ences, tar procedure� of construction {except wh.ere a�articular zneans, method, tec�nique, sequence, or proceduxe of constructaan is spec�eally and expxessly called fox by t1�e Contract Documents) or io safetyprecautions or programs incident thereto. The review and acceptance af a se�arate item as such w�71. not indicate appraval of the assembiy in which th� item fur�ctioz�. 3. City's review and acceptance shall not rel�eve Contractor from responsibility for any variation from the requirements af the Conbract Docutnents unless Cantractor l�as camplied with the :requirements of Section 01 33 00 and City has given wrztten acceptance oi each such variation by specific vvritten notation thersof incorporated in or aecompanying the Subrnittal. City's review and acceptar�ce shaII not relieve Confractor froin respons�bility for com�lying wzt� the requscezn.ents of tlle Contract Doc�aments. 6.19 Continuingthe Wo�k Except as atherwise provided, Contractor shall carry on the Work and adhere to the Pro3ect Schedule d�ing ail disputes or clisagreemenfs with City. No Wark shall �e delayed or pas�oned pencling resolution of any disputes or disagireements, Except as City and Contractor may ot�aerwise a�ree i� wi�ting, b.20 Coniractar�'s General War�anty and C'n�ar^antee A. Cantractor wa�xants and guarantees ia City that all Worlc wi1J. be m accardance wiih the Contract Documents and vcrill not be defeciive. City and 'zts officers, directors, members, partners, employees, agen�s, consultants, and subcontractars shall be entitled to xely on representa�ian oi Cantractor's warranty and guaxantee. B. Contractor's vcrarranty and guarantee hereunder excludes defects ox damage caused by: I. abuse, mociif'ica�ion, or improper z�aaintenance or operatian by persans otl�er than. Cont�actor, Su�contractors, Suppliers, or any other individual or entity for whorn Contractor is respoMsible; or C1TY OF FOR1' WOATkI Comanche Trail - HROM gTANDARDCONSTRUCTI�N SPECIFICATtON DOCiJivIENTS CPN:10339G Revision: 8J13fLQ21 0072fl0-] G�NERALCON�ITIONS Pbge 33 oF63 2. norrna.l wear and tear under nornaal usage. C. Contractor's obliga�.on to perform and complete the Work in accordanee with the Cantract Documents shall be absolute. None of the following will constitute an acceptance of Warlc that i� not in accardance with the Contract Documer�ts or a release of Contractor's obligation to perfortn the Work iza accordance with the Con�ract Docuxzaents: 1. obse�rvations by City, 2. recommendatioz� ox� payment by City of any progress or £'mal payrnent; 3. the issua.nce of a cert�ca�e af Faaa� Acce�tance by City or any payment relafed thereto by C�'"J 7 4. Use or occupancy of the Work ar any part therea� by City; 5. any revie�v and accepta�ce of a Submiital by Gity�, b. an.y inspection, test, or appro�val by others; or 7. an.y correction of de�ective Work by City. D, The Contractor shall rezxxedy any defects or damages ul the VL�ork and pay far any damage t� ofher work or properly resulting therefrot�n vvhich shall appear within a period of fwo (2} years from the date of �'inal Acceptance af #he Work unless a longer period is specif'�ed and shall furnish a good and suffzeient maintenance bond, complying with the requirements of Article 5.02.B. The City wil1 gi�ve noti.ce o£observed defects wrth reasonable prannptxiess. 6.21 Inde mnificat�on A. CQntractor covenants and agrees to indemunify, hold harrnless and defend, a# its own expense,the City,its of�cers, servants andemployees,from and againstany a�d all claYms a�sing out af, ar aIleged to arise out of, the work and se�-vices �o be pe�'orrned by the Contractor, its a�cers, agents, employees, subconfractors, licenses or invitees under this Contract. TH7� TNiIF.MNiFTrATrnN pRnvr.crnrr rc cu�r�T�rr,►� r v nvT�,vri�„ �.ti - - - -- - - - . �..,�,�, �., OPFRATF, ANn RF FFFF. _TiVF. FV�N i 1T T� AT T FCYFn OR PRnVF'N T AT At i OR �nM +. OF THF, YIAMAG ,S igFTN(C �n TCHT WFRF C`AiT� D IN W�Tn� O 1N, PART. BY ANY ACT. nMrS YON nR NF.(;T�T�F,NCF. (lF TH CY Y, This indemnity provision is in#ended to inclnde, wit�aut limitation, inde�ity for costs, expenses and l�ga1 fe e s incurre d by the City in de fe nding agains t s uch clairns and eaus e s of actians. B, C:ontractorcavenants andagrees to indemnifyand hold harmless, atit� own expense, t�e City, its offi'icears, servants and employees, from and against any and all ]oss, damage or destrucUion of pxopet�y of Che City, ar�sing out o� ox alleged to ae~is e out o� the work and s ervices to b� per#`oxx�aed b� the Contractor, its officers, agents, employees, subcontractors, licensees or in�vitees under this Contract. TNiS iN ,MNiFT(`AT� N PRnVI�TnN i� C3TYpF FpRT WORTF� Cornanche Traii - HROM STAl\TDAlti}CONSTRllCTION SPECIF[CATION DDCLTMENTS CPIY; 1D3396 Revision: 82311O11 QG72DO-1 GENERALCON�ITION 5 Page 34 of 63 6.22 623 ' 1 1 \1_1 _I �' ►: _ 1 i �L— 1 �_ -- -- la�: '►1 1 �. ._ 1: �u ! _. 1 ►�__!!_ � ► 1 �':ll '.,- � -- -- i ► .1. i 1 : l► '_�_� _ : - ► - - � u_ _ � � : � _ ► � Y.-- Delegation ofP�ofessionalDesign Se�vices A. Conixactor will not be required to provide prafessional desigca services unless such services are specif`�cally required by tl�e ContractDoeuments for a porti4n of the V4'ork or unless sueh services arerequired to carryout Cc��tracior's xespons�ilities for construction means,methocis, techniques, sequences and procedures. B. If professior�a� design services or certifications by a deszgn professional xelated to sysiems, materials or equipment are spec�'�cally rec�ured of Contractor by the Contract Doc�unents, City will specify all perfflx�ance and design criteraa that suck services rnust satisfy. Contractoz' shall cause such services or certi.�ications to be provided �y a properly licensed prafessional, �vhose signature and seal shall appear on all drawings, ea�culations, specifica�ions, cert�cations, and Subznitta�s prepar�d by such professional. Subnaittals related to the Work designed or certified by such professional, if prepaxed by others, shall bear such prafessional's writ�en apprnval when submitted to City. C. City shall be en�itied ta rely upon the adequacy, accuracy and completeness of the services, ceztFf'ications or approvals perfortned by such design professiana�, pxovided City has sp�cified to Contractor pex-forrnanee and design criteria that such sex-vi�es inust sati�fy. D. Pursua�t �a thi� Paragraph b.22, City's revi��v and acceptance �f design calculations and desi� drawings will be only for the licn�ited purpose af checking �or confarmance with pexformance and design criteria given and the desigta cancept express�din the Con�rac�Documents. City's revievv and acceptance of Subrnittals (except design calcu�atinns and design. drawings) will be only for the purpose sta.ted in Paragraph 6.18.C. Rzght to Ax�dit A. The Contractor agrees that the City sha11, until the expffation of three {3) years after fmal payment under tk�is G,ontract, have access to an.d tbe right to examine anc� phatocopy any directly pertinent books, doc�ents, papers, and records of th� Gontractor involving transac#ions relating to thi� Contract, C�ntractor agrees that the Ci�ty shall have access during Regular Worlang Hours to ail necessary Contractor facilities and shall be prosri�ied adequate and appropri�te work space in order to conduct audits in complia�ce witih the provisions of thi� Paxagraph. The City shall give Cnntractor reasonable advance notice of uitended audits. B. Contracior further a�rees to include m all its subcontract� hereunder a provision to tihe ef£ect �hat the subconi�actar agrees that the City shall, until the expiration o£ three (3) years after #"inal paytnent under this Contract, have access to and t��e rig�it to exat�ine and photoeopy any clirectiy p�rtinent bodks, documents, papers, and records of sueh Subcontt-actor, in�+olving transactions to the subcontract, and further, that City shall have access during Regu�r Warking Hours to all CITY QF FORT WORTH Comandte Ttail - HIZOM STAIV�ARI]CONSTRl1CTI0N SPECIEICATION llOCTJMENTS CPN:103396 Revision: &2i21�11 0072Oq-1 c�rvE►�a� co�o�r�or� s Pag� 35 of 63 Suhcont�actor facili�ies, and shall be provided adequate and appropriate wark space in arder to conduc� audiCs in cozz�pliance with ihe provisions of this Paragiraph. The City shalt give Subcont�ractor reasonable advance notice of intended audits. C. Contractor and Subcontractar agree to photaeo�y such documents as zna� be requested by the C�ity. Tke City agrees �o reimbtu�se Contractor for tke cost of the copies as Follows at the rate published in the Texas Aclnrunistrative Code in effec# as of the �irne copying is p�rFam�ed. b.24 Nondiscriminatian A, Th� Ciiy is respon�ib�e for operating Pubfic Transportation Prog�ams and itnplennenting �ransit- related pz-ojects, which are funded in part witIa Federal fzn.ancial assistance awarded by the U.S. Depaz�ment af Transportation and the Federal Transit Administratian (FTA), without discritninating against any person in the Uzxited States an the basis af race, colar, or national origin. B. Tll,�� VI, ClVll I�1gi2�SACt Df 19b4 as ame�aded.� Contractor shaIl corr�ply with the requirennents of the Act and the ReguIations as ftu-ther defined � the Supplemezataiy Conclitions for any pra�ect receirring F�deral assistance. ARTYCL� 7— OTHER WORK AT THE SZTE 7.01 Related Worlr atSite A. City may perform oth.er work related to the Pro�ect at t.�.e Site kvith. City's emplayees, ar other City contractor�, or through other dieect contracts iherefor, or have a#her vtrork perfa�med byutility owners. If such other wo�rk is not noted in the Contract Documents, then written notice thereaf w�l be given to Contractor prior to starting any such o�laer wark; and B. Cantractor sk�a11 affoxd each other cantractar wlao is a parly ta su�h a direct cQntract, eachutility owner, and Ciry, if Ciry �s p�rt'arnv�zg ather work with City's empZoyees or atk�er City contractoxs, proper and safe access to the Site, provide a reasonable oppo,rtunity for the i�ltroductzon and sfora�e of rnaterza]s and equi}�znent and the execution of such other wark, and properIy cooi-dmate the Wark with thei�s, Contractor shall do all cutting, ftting, and patching of the �7Vork tl�at naay be reqwred to p�-operly connect or otherwise make its several parts come together and pz•operly mtegx•ate with such ot�er work. Contractor shall not endanger any work of oth�rs by cutting, excavating, or otherwise altering such work; provided, however, that Contraetor may cut or alter others' work �uith the written consent of City and fha others whase worl{ wiU. be affected. C, If the proper �xeeution ar results of any part af Contraetor's Worlc depends u}aon work perfoz-med by �tk��rs �mder this Article 7, Goniractor shall mspect such other work and prompt�y report to Czty in writing any deIays, defects, or deficiencies in such othez• work that rendcr it unavailable ox unsuitable for the praper execution and results o£ Contractor's Work. Contractor's :faihire ta so report w�l constitute az� acceptance of such other �vvork as �it and proper for in�egraiion with Contractor's Work exeept for latent defects in the work pi-ovided by otY�ers, CITYOFFpRT WORTH STANDARDCONSTRUCTiON SPECIFICAT[ON DOCLTIv[ENTS ComancheTrail-EfROM Revisinn; 8�137?.(J21 CPN: 10339G OQ 72 0D -1 GENERAL CANDITIflN S Page 36 of 63 7.Q2, COOY'L�lP�lltl072 A. I£ Ciry mtends to contract with athexs for the perfarmance of other vvork on the Project at the Site, tlie followi�g will l�e set forth 'rn Sup�lementary Canditions: 1. the ialdividual or entity who �vill have authority and respons�iliry for coordination o� the activitzes arnong tk�e various eontractors will be identif'zed; 2. the specific mat�ers to be covered by such authority and respons�bil.ity will be i�ennized; and 3. the extent of such authority and respons�bilities w�l, be pro�ided. B. Unless otlaerwise provided in tl�e Suppl�mentary Conditions, City shall have autharity for such coordination. AR.TICLE S — CITY'S RES�'ONSISYLITIES 8.Q1 Carramunicatians ta Contractor Except as otherwise pravided in �he Supplementary C+andi�ions, City shall issue all comm.unications t� Con�ractor. 8.02 Furnish Data City shall tirxaely fiu-nis� the data required under the Contract Documents. 8.03 Pay When Due City shall naake paym�ents to Contractor in accordance wiih Ariicle 14, 8.Q4 Lands and Easements; Reports and Te.sis City's duties wi�a respect to proViding lands and easements and provicfiing engineermg surveys to establish xe%rence points are set forth in Paragraphs 4.Q1 and 4.d5. Paragraph �4.02 refers to City's identifymg and making available to Con�ractor co�ies of reports of explorations and tests af subsurface conditions and drawings of physical conditians relating to e�sting surface or subsurface structures at ar contiguous to th.e Site that have been uti�zed by City in prepariu�g the Contxact Documents. 8.Q5 Change Orders City shall execute Change Orders m accordance with Parageaph IO.Q3. 8.06 Inspections, Tests, and Approvals City's responsb�iry wiCh respect to certain inspections, tes�s, and approvals is set forth in Paragraph 13.D3. CTI'Y pF FOTiT WORTH Camanche T�•ail - HROM STANDARI7CANSTROCTIOM SPECIFICAT[Ol� DOC[J1uIENTS CPN: LD3346 Ae�isian: Sft3/1021 00720fl-1 GENERAL CON�ITIflN S Page 37 of 63 : � . . 1: :1� Limitations an City's Respo�asibilities A. The City shall not supervise, direct, or have cantral or autk�.ority over, nor be responsrble for, Cantractor's m�an�, methods, tech.ruques, sequences, or procedures of construction, or the saF�ty precautions and programs incident thereto, ar far any fai�w•e of Contractor to co�ply with Laws and Regulations applicable ta �.he perfoi�xaance o� the Work. City will not be responsi�le �or Conixactor's fa�ure to perform the Wnrk ia accordance with �e Contract Documents. B. City w�l noti.fy the Contractor of applicable safety p]ans pursuant tio P�.ragraph 6.14. Undrsclased H�zardaus Envi�onment�l Condition Ciry's respansxbility with respect to an uzidisc�osed �azardous Environmenta.l Conditian is set %rth in P aragrapl�. 4.06. Cornpliance with 5afetyPr�ogram WIvle at the Site, Ciry's employees and �epresentatives shall comply with the specific applicable requireznents af Contractar's safety programs ai which City has b�en informed pursuant to Paragraph 6.1�. ARTICLE 9-- CITY'S OB SERVATION STATUS DURING CONS�'RITCTIQN 9,01 Cily'sProjectManager Suppiementary Conditions, City wi1� pro�zde one ar more Project Manager(s) during �,he canstrttction period. Tl�e duties and responsibilities and �e liznitations of authoriiy of City's Project Manager during constt-�ction are set forth in tk�e Contra�t Documents, The Gity's Pxoject Manager for this Contract is ident�ied in the 9.02 Tjisits ta Site A. Gity's Project Manager wi11 make visits to the Szte aC interva�s appropriate to the vaxious stages of construction as City deerr�s necessary �n order to observe the progress that has been mad� and the quality of the various aspects af Cor�tractor's e�ecuied Wark. Based on in�ormation nbtairked durir�g such visits and obseiwations, City's Project Manager will determiz�e, in general, if the Work is praceeding in accordance with the Cont�ract Docurne:nts. Ciry's Project I�ilanager will not be rac�u�-ed to ma.ke exhaustive or eantinuous inspec�ions on the Site to check the quality ar quantity of the Work. City's Prajeet Managei's efFflrts will be clirecfed tovc�ard providing Cit� a greatex deg�•ee of confidenee th:at the camp�e�ed Wark will canfai�n generally to the Con�ract Docurnents. B. City's Proj�ct Mana�er's visits and ahservations are subject ta all the lunitations on authoriry and respansibility in th� Contract Documents includi�g thos� set �oz-�h in paragraph 8.07. CITY'OF FORT WORTH STANDARDCONSTRUCTION SPECIEICAT[ON DQCi]Mf?NTS ComancheTrail-HROM Revision: &73f1Q21 CPN: 10339fi Od 72 0D - t GE.NERAL COND ITIO N & Aage 38 of g3 9.03 9.04 9.05 ` 1: Authorized Yariations an Wo�k City's Project Manager �aay authorize minor variations in the Work from the requ�`ements of the Contract Docunnents which do nQt involve an adjustment in the Contract Pxice or t�:e Contract Tim� and are compatible with the design concept of the completed Prdject as a func�ioz�ng whale as iirzdicated by the Contract Dacuxnents. These may be accomplished by a Field Qrder and will be hind�g on City and al�a on Contractar, who shall perform the Work involvad praznptS�y. RejectingDefective Wa�'k Czty w�l have autharity to reject Work wbich City's Project Manager believes to be defective, or will not produce a completed Project t�at confoxnas to the Contract Documents or t�at wiil presudice the uitegrity of the design concept nf the completed Project as a funetio�n.g whole as i�dicated by the Cnnt�act Docume�ts. City wi11 have authori�y to canduct special �spection or tesizng of the Work as provided iz� Article l�, whether or nat the Work is fabz�cated, installed, or corripleted. Determinatfons for WorkPet�formed Contractor will determine tl�e actual quantiities and classif"ications oF Work performed. City's Project Manager w�l re vieva with Contractar the pxeliminary dete��inations on such �natters bafore renderi�.g a wzitten recammendation. City's writt�n decision r��l he final (excepi as modi�'ied to reflect changed factual cnndiiions ar moxe accurate data). Decisions onReqxciremenis ofContractDoczlmen�s anc�Acceptability af Work A. City w�l be �he uut�al interpreter of the requireznents of tlae Con�ract Documents and judge of the acceptability of the Work thereunder. B. City will rerzder a written decisian an any issue re%rred. C. City's w�'itten dec�sion on the �ssue xeferredwill be final and binding on the Contractor, subject to the p�rovisions ofPara�raph lO.Ob. ARTICLE 10 — CHANGES IN THE WORK; CL�XMS; EXTRA WORK lOAI Autharized Changes in the Work A. Without anvalidatitag the Cont�'act and without notice to any su�'ety, City n.aay, at any tame or froix�. time to time, order Extra Warl�. Upnn notice of such Extra Worl� Cont�actor shall pxonzptly proceed vvith the Work involved which vv�l be p�rFormed under the applicable canditions af the Contract Documents {except as otherwi�e specif"ically provided}. Extra Work shall be me�rnorialized by a Change Order whic�r may ar rx�ay not precede an orc�er of Ext�•a work. B. For minor ehanges of Work raot requiring �hanges ta Cont�act Tune ar Con�ract Pixae, a Fie�d Order may be issued by the C�ry. CITY OF FORT WORTH Cpmanche Trail - HROM STANS3ARDCQNSTRUCTION SPECIE'ICATION DOCUMENTS CPN:10339G Aevision: &2�2{?Zl 007204-1 GENERAL CON� ITlON S Page 39 of 63 1Q,02 Unauthorized Changesin the Work Contractor shal� nat be entitled to an mcrease it� the Contract Price ox an exte�asion of the CQntract Time with respect to any work performed that is not required by the Contract Docufnen�s as arz�zended, rnodified, or supplemented as pro�vided in Paragrapk� 3.04, except in the case of an emergency as provided in Pazagraph 6.17. 10.03 Execution ofChange Orders A. City ane� Cani�•actor shall execute appropriate Change Qrders cavez�g: I. chan��s in the Work which are; {i) ordez-edby City purs�ant to Paragraph lO,OI.A, (ii) required because of acceptance of defective Work �nder Paragraph 13.08 or City's correctaon of defective Work under Parag�•aph 13,09, or (iu) agreed to by the parties; 2. changes in the Con�ract Price or Contract Tirz�e which are agreed to by the parties, inncluding any undisputed sum or amount of time �ar Warlc actually performed. 10.(l4 Extra WoYk A. Should a diifercnce az-ise as to what does or does not constitute Extra Work, ar as ta the payment thezeof, and the City insists upoz� its perfoi�.ance, the Contractar sball proceed with the work after makirxg written request for wriiten arders and shall keep accurate account of the actt7al reasanable cost thereof. Cont�ract Claims regarding Extra Work sh.all be made pursuani to Paragraph IQ.06. B. Tb.e Contractaz sba� farnish the City such insialla.tion reeords of all deviations from the original Contract Docuznents as may be necessaryto enable the City to prepare for permanent rrecord a corrected set of p�ans shovv�g the actual installation. C. The cozx�.pensation agreed tlpon for Exha Woxk wh�ther ar not initiated 6y a Change Order �halX b� a full, complete and f�I payn�aent for all costs Cantractar inc�us as a result or xelatitig to the change or Extra VVor1�, whethez said costs are I�nown, unlcnown, foreseen or unforese�n at that ti�e, incIudmg w�thout limitation, any casts for delay, extended overhead, ripple or �npact cost, or any oth�r effect an changed or unchanged work as a result af the change or Extra Worlc, 10.05 Not ficatio� to Su�ety If the prov�szons of any bond raquire notice to ba given to a surety of any changc af%cting the general scop� a�f th.e Wark or the provisioz�s of the Contract Documents {including, but not limited to, Contract Price or Contraet Tune), the giving of any such notice will be Contracta;•'s responsiE��ity. The amoUnt of each appIicable bond w�l be adjusted by the Contractor to reflect the effect o� any suc� cha�ge. C1TY OF PORT WORTH Comancl�e Trail - HRQM STANDARDCONSTftUCTIQN SPECI�CCATION IJdCCfIVIEA!'TS CPN:103396 Revision: $23f1U�,l oa �2 00 - i G�NERAL OONDITION 5 Page 4U of 63 10.06 Contract Claams Pr�ocess A. City's Deci.riora Required: All Contract Claims, e�cept those waiv�ed pursuant to Paragraph 14.09, shali be referred to the City for dec�sion. A decision �ay City shall be required as a condition precedent to any exercise by Gox�tractor of any rig,�.ts or remedies b.e may otherwise have under the Cantract Docuxn.ents ar by Laws and Regu}a�ions in. respec� of such Cantract Ciaiz�as. B. Notice: 1. Written not�ce stating the general naiure of each Contract Claim shall l�e delive�ed by the Con�ractar to Czty na later than 15 days after t3�e start of the even.t gi�ng rise thereto. The respansb�ity to substanti�t� a Contract Claim shall. rest with the pa�-ty malcing the Contract C�im. 2. Notice of the ainount ar extent of the Cantract Claim, with supporting data shaIl be delivered to the City on or befor� 45 days fram the start of the event giving zise thereto (unless the City allows additional time for Con�ractor ta submit addrtianal or mQre accurate data in support of such Contract Claim}, 3. A Con�ract Clairn %r an ad�txnent in Contract P�e shall be prepared 'm accordance with the provisions of �aragx-aph 12.Q1. 4. A Cont�act Claim for an adjustment in Contract Tim.e shall be prepared in accardance wi�h �lie prov�sions aiParagrap� I2_02. 5. Each Cont�ract Cl,aim slaall be accompan�ied by Contractar's written stater.nent that the adjustment clai�med is th� entire adjustment to which the Contcactor believes it is entitled as a result of said event. f. The Ciiy shall submit any response to the Con�-actor witbin 30 days after receipt af the claimant's last submittal {unl.ess Contract allows additianal time). G. City'sAction: City w�l review each Contraet Cl�im and, witk� 30 days afterreceipt of the last submittal of the Contractor, if any, take one of the following actions in writing: 1. deny the Contract Claim iva whole or in part; 2. appro�e the Contract Claim; or 3, notify t1�e Contractor that the City is unab�e to resolve tkie Contract Claim if, in the City's sale diseretian, it wo�d be inappropriate for the City to do so. For purposes of fiu-ther xesalutian of the Contract Clartm, such notice shall be deemed a deniai. C1TY OF FORT WORTH Comanche Trail - HROM STANDAADCONSTRIICT10� SPECIFICATION DOCLTfvfENTS CPN:lfl3396 Revisian: 8/13/�021 Ofl7200-1 GENERALCON�ITIONS Page 4[ of 63 D. City's wriiten action under Paragraph 1Q.06.0 will be final and bindzng, unless City or Contractor iuzvoke the dispute resolution procedure set forth in Article � 6 W1f�1ll1 3O C�}'S p� 511C�1 actian or denial. E, No Cont�act Claim for an adjustment in Contract �rice or Contract Time will be vaiid if not submitted in accordance with this Para�ra�h Ia.06. ART�CLE 11— COST OF THE WURK; ALLOWANCES; UIVIT P1�ICE WORK; PLANS QiTANTITY MEASUREMEN T I 1. 01 Co,rt of ih e Wo rk A, Costs Included: The term Gost af the Work means the sum of all costs, except those excluded in Paragrapb 11.0I..B, necessarily incturred and �aaid by Contractar �a t1�.e proper performance of the Wark. When the value of any Woxk covered by a Change Ordex, rhe costs to be reimbursed to Contractorwill be only those additional or incremental costs requiz�ed because af t11e ehange in the Work. Such costs shall not �n.clude any of the costs i�emized in Paragraph I�.O1.B, and sha11 �riclude but nat be limi�ed to the follnwing �te�r�s: 1. PayroIl costs far ernployees in the direct employ of Contractor ir� the performance of the Work under schedtxles of job classifieations agzeed upon b� City and Contractor. Such employees shall iuclude, wi�b.out limitation, superintendents, foremen, and othex personnel employed fizll time on the Work. Payroll costs for emplayees not employed full �une on the Wark shall be apportioned on the basis af their time spent on the Wor1c, Payz�oll costs shall include; a. �alaries �vith a 55% znarlcup, or b. salaries and wages plus the cost of f'ringe bene -fits, which shall ic�clude social secu.rity c�ntn�butiozas, unemployment, excise, and payroll taxes, workez-s' c�mpensatian, hea�h and reiiretz�ent benefits, bonuses, sick leave, vacatian and ho�day pay applicable thereto. The expenses of perforr�ing Work outside �of Regular Worlcing Haurs, Weekend '�Vorlcing Hout-s, or legal holidays, shall be included in f�e above to the extent authorized by City. 2. Cost of alI materials and equipment fiu-nished and 'u�.corporated in the 'V4lork, includirag costs of transportation and storage tbereof, and Supp]�exs' field seiviees requir�d in connection therewith. 3. Rentals of aII construction equipment and machinery, a.nd tlae p�arts thereaf whether renteci fi•oxz�. Contracior or �otla:ers in accordance with rental agreements a�proved by City, and t�e casts of transpoi�tatzon, Ioaeling, unloading, assembly, disrnantling, and removai thereof. A11 such casts shall be in: accordance wit�Z the �errns of said renial agreerz�ents. The renta.l of any such equipment, machinery, or parts shalI cease when the use thereof is no lor�ger necessary for �e Work, CTTY OF FORT WORTH Comanclie Tigil - HROM STANi]ARDCONSTAUCTION SPECIF[CATION 3�OCUMENT5 CPN:103396 Re:vision: SI13f1Q21 OD72dU-] GEIVERAL CONO1TlON 5 Qage 42 of 63 4. �ayments made by Contractor to Subeont�actors �or Worlc performed lay Subcontractors. If required by City, Con�ractor shall abtain competiti�e bids frozz� subcontractors acceptab�e to City and Contractox and shall deliver such bids to City, who will then deternaine, which bids, if any, wiIl be acceptable. If any �ubcontract pro�ides that the Subcontractor is to be paid an ihe basis af Cast of the Work plus a fee, the Subcontractor's Cost of the Work and fee sha11 be determined in �he same rnanner as Contractor's Cost of the Work and fee as pro�-�ded 'm this Paragraph 11.01. 5. Costs of special consultants (includir�g but not limzted ta engineers, architects, testing �aboratories, surveyors, attorneys, and accoun:�ants) employed for services specifcally related to the Work. b. Supplem.enta.l costs inc�uding the fol�awing: a. The proportznn of necessary transportation, travel, and subsistence expea�ses of Contractor's ernployees incurred ir� discharge of duties cannected w�h ihe VVork. b. Ca�t, including transportat�on and maintenance, of alI materials, suppl�es, equi�rnent, machinery, appliances, off�ce, and temporary facilities at the Site, a�nd hand toals not owned by khe workei�s, which are consumed in the performance o� the Work, and cos�, �ess mar�et vah,ie, of such items used but not cansumed which remair� the praperty af Contractor. c. Sales, consumer, use, and oth.er sirsvlar taxes related to the Work, and far which Contractor is liable not covered under Paragraph 6.11, as �mpased by Laws and Regulations. d. Deposits lost fox causes othex tlaan negligence oi Contractor, any Subcontractor, ox anyon.e d�ectly or indirectly employed by any of them or for whose acts any of fhem may be liable, and roqalty payments and fees for per7mits and lic�nses. e. Losses and damages (and rela.ted expenses) caused by damage to the Work, not conapensated by insurance ar atk�erwise, sustained by Contractor in connection �rith the perfoxrnance of the �Work, provided such lasses and darnages h.a�+e resulted from causes other than the negligence of Contractor, any Subcantractor, or anyone directly ar i�ndirectly employed by any o� them or for whose acts any of them znay be liable. Sucb lasses shall ir►clude sett�ements n�ade with the written consent and approval of City. No such Ioss�s, da�ages, and expenses shall be in.cluded in t.�e Cost of the Work for the purpose of detei7nining Contractor's fee. f. The cost of utilities, fii�l, and sanitary faci�i�ies at the Site. g. Min.or expenses such as telegrams, Iong clistance telephoz�e calls, telephane and comm�.�ni�a�ion services at the Site, express and courier services, and sirivlar petty cash rtems in connection with tiae Wark. CITY OF FO�T WORTH Comaucl�e 'Trail - HRa11�f STANDARDCONSTRUCTTON SPECIFICATION DOCU3vf�.N1'S CPN:IU3396 Revision: S23/1�1 ao�zao-� GENERALCONbI710N5 Page 43 af 63 h. The costs of premnu�� for all bonds Documents to purchase and ma�intain. and insurance Contractor is required by the Contract B. Costs Excluded: The term Cost af the Work shal� nat in.clude any of the following itezx�s: I. Payrall costs and ather compensation of Contractor's offi�ers, executives, princi�als (of partnersbips and sole pt�oprietorships}, general managers, saf�fy managers, engineers, arcl�itects, estirnatars, attorneys, auditoxs, accauntants, pu�rehasing and co�tra�ting agents, expediters, titnekeepers, clerks, and other persannel emplo�ed by Contractor, whethex at the Site or in Cantractor's principal or branch o�f'�ce far general adininistration of t7�e Work and not specifieaily incIuded m t.�e agreed upon schedule nf job cla.ssificati�ns referred to in Paragrapk� 11.O1.A.1 or specifically covered by Paragraph 11.OI.A.4, all of which are to be considered admiivsfrative costs covered by the Gontractor's fee, 2. Expen:ses of Contractor's principal and branch offices other than Cantractor's office at the Site. 3, Any part of Contz�actor's capital expenses, irxc�uding �terest on Co�tractar's capital emplayed for the VLlork and charges against Coniractor for deIinquent payments. �. Costs due to tlae negligenee af Cantractor, any Subcontractor, ox anyone dffectly or indn•ectly employed by any o� ihem or for whase acts any of them z�x�ay be liable, irzchiding but not limited to, the correction o� defective Woxk, disposal of zx�aterials or equipment wrongly supplied, and making good any damage to praperry. 5. Other Qverhead ar general expens� costs of anykind. C. Contractop's Fee: VSlhen all the War� is perfonned on the basis of cost-p1us, Contractor's fee s}�a.1S be determined as set forth in t�e Agr�ement. Wh�n the value of any Work covered by a Change Qrder foz' ar� adjusirnent iz� Contract Price zs detex`in.ined on the basis of Cost of the Work, Gontractor's fee shall be determined as set forth in Paragraph 12.O1.C, D. Dacumentation: When�ver the Cost of the Warl� for any purpose is to be determiraed pursuant to Paragt-aphs 11.a1.A and 11,O1.B, Contractor will establish and maitltain xecords ihereof in accordance with generally accepted accountir�.g practices and submit in a%zxn aeceptable to City an itemized cost brealcdawn to�eth�r with supporting data. 11.02 Allovvances A, Specified Allowance: It is under.stood that Contractor has included in the Cantract Price all allowances so named in the Contract Docunraents and shalI cause the Worlc sa covered to be peifarzned far such sums and by such persons or entities as miay be �cceptable to City. B. Pre-bid Allowances: 1. Contractor agrees that: CTTY OF FORT WORTH Comanche Tiai! - HROM STANDARDCONSTRUCTION SPECIF[CATIQN DOCUMEIVT5 CI'N:1d339(i Re�ision: 823/�"ll aa�2na-i GENERAL CANaiTION S Page �k4 of 63 a. tb.e pre-bid allowances include the costto Cantractor of materials and equipment requir�d by the allowances to be delivered at the Site, a�d all applicable taxes; and h. Contractor's costs for urnJoading and handling on the Site, ]abor, installation, overhead, prafit, and otk�er expenses contemplated for �he pre-bid allo�vances have been iricl�tded in ihe aliowanees, and no demand fo�r additiional paynr�.ent on account of any of the foxegoing will be valid_ - C. CorztingencyAllowance: Con�ractar agrees that a contmgency allowance, if any, is far the sole use of City. D. Prior to fu�a1 payment, an appropriate Change Order will be issued to reflect aeival anaou�ts due Contractor on aceount of Work covered by allowances, ancl the Con#ract Price shall be carrespondingly adjusted. 11.03 UnitPrice Work A. Where the Contract Docurrients prnvide that all or part of the Woxk is to b� Unit Price Work,. zn�tially the Conirac� Price wiIl be deemed to include for all Urut Price Wor�C an amount equal to the sum o� the wut price �or eachseparately identif'ied item of Unit Price Work tinaes the estimated quantity of each itam as indicated in the Agreement. B. The estimated quantities �f items oi Unit Price Work are not guaranteed and are solely £ar the purpose of carnparison of Bids and determining an imztial Contx'act Price. Determinations of the actual quantiiies a�d classifiications of Unii Price Wark perFormed by Cont�actar will be made by City subject to tihe �rrov�sians aiParag�raph 9.05. C. Each unit price will be deemed to include an amown.t cansidared by Contractor to be adequate to cover ConLractor's overhead and pro£'�t far each sepaxatal.y identifi�d itern.. Work descrtbed in the Co�f�raci Docutnents, az reasonably infe�'ed as required foz a functionalIy cotxaplete instajlation, but not identif'ied in the listing of unit price items shall be canszder�d incic�ental to unit price work listed and t�e cost of incidental wark included as part of the urut price. D. City may make a� adjustment in the Contract Price in accordance withParagaph 12.01 if: 1. the quan�ity of any item of LTnit Price Wark performed by Contractor di.ffers material�y and signi€'icantly fram the esiinaated c�uan�ity of such item indicated in the Agreement; and 2. there is no correspandmg adjusmaen.t with respect to an.y ot�er item of l�ork. E. Increased or� Dec�ease�l Quantities.• The City reserves the righi fo order Extra Work in accordance with Paragraph 1Q.01, 1. If the changes in quanti�ties or the alterations do not significantly change the ch.aracter Qf work unde7• tbe Can�ract Docurr�ents, the altered work will be paid for at the Cont�•act unit price. C1TY OF FORT WOltTH Comanche Tr'ail - HROM STANDARDCONSTRUCTION SPECIFICAT�ON DOCI3MIENI`S CPN:10339G Revision:. 81L�r1621 oo�zao-i GENERAL CAND ITION 5 Page 45 of 53 2. If the changes in quantztzes ar alterations significantly change the ck�aracter of work, the Cantract wr71 be amended by a Change Ordex. 3. If no unit prices e�st, this wiIl be considered Extra Work and the Cantract will be arnended by a Change Order iza accordance with Article 12. 4. A signif"icant change in the Character of work occurs when: th:e character of work for any Item as altered d�E'£ers materially in kind ar z�ature from that in the Contract ar b. a Majnr I�em ofwol•k vaxies by more than 25°/n from the original Contract quan�ity. 5. When tlie quantiry of work to be dane ur�dex any Majar Item of the Cont�act is more than 125°/o nf the original quantity stated in the Contract, then either parly to the Contract inay request an adjustznent to the urut price on the portion of the wark that i� above 125%. 6. When the quantity of work to be done under any Major Item af tbe Contrac� is less than 7S°/a of t}�e ariginal quantity stated in t�e Contract, then either party to the Cont�act may request an adjustment to the unit price. I1.04 Plan,�QuantityMeasurement A, �lans quantities may or may not representthe exact quantity of vuork perfoz�zed or material rnoved, handled, or placed during tlae execution of t�ie Contraci. The estimated bid quantities are designated as fmal payrr�ezat quantities, ►�nl�ss revised by th� governing Section or this Article. S. if the c�uantity meastued as outlined under "Price and Payment Procedures" varies t�y more tlaan 25% (�r as stipulated und�r "Price and Payment Pracedures" for specific Items) fz•orn. the total estimated c�uantity for an individual Item or o�inally shown in the Conf�act Docuznents, an adjustxz�eni may be made to the quantity of aut.�iorized work done for payment puxposes. The party to the Contract requesting ihe adjustment wi�l provide field measurements and ealculations shovving the finaI quar�tity £or wh'rch paym�nt will be zx�ade. Payment for revised quantity will be made at the unit price bid for that Item, except as pz-o�ided far in Article 10. C. When quantities are revised by a change in desig� approved by tlie City, by Change Order, or to correct an e�ror, or to correct an error on the plan�, the plans quantity wil� be increased ox• decreased by the atx�ouut involved m the change, and the 25% �ariance w�I apply to the new plans quantity. D. Tf Ehe tataI Can�ract quantity multiplied by the wazt price bid for an indivzdual Item is less than $250 and the Item is not originally a plans quantiry Item, �hen the Item znay be paid as a plans quantiijr Item if the Ci�ty and Contractor agree ita writing to f� the finaI quantity as a plans quantiry. C1TY QF FORT WORTFi Comanclie Trail - HRDM STAl�TT7ARDCONSTRUCTION SPEC[FICATION DOCiTMENTS CPI+I:103396 Revisio.n: 8�13r021 ao�zao-i GE�kERAI. CANDITION 5 Page 46 of 63 E. For caIlout work or non site specific Contracts, the p�ris quantity rnneasuren�ent requ�ements axe not applicable. ART�CLE 1�-- CHANGE OF CONTRACT PRICE; CAANGE OF CONT`RACT TZME 12.01 Change of Contract Prace A. Tk�e Con�ract P�ice may onIy be changed by a Change Order. B, The value of any Worl� caveredby a Change Order will be dete�nined as fallows: 1, where tkae Work involved is covered by ur�it prices contair�ed in the Contract Documents, by appfication of such unit prices to the quantiiies of the items involved (subject to the pravisions of �aragraph 11.03); or 2. whexe the Work in�olved is not covered by unit prices contained in t�e Cont�'aet Documents, by a mutually agreed lump suin or unit price (which may include an allowance for overhead and profit not necessar�y ir� accordance with Paragraph 12.01.C.2), and shall include the cost of an.y seconda,ry inapacts that are foxeseeable at tlae tune of pricin� the co�t af Ext7ra Work; or 3. where the Work involved is not covered by unit prices ca�taffied 'm the Contract Docum.ents and agreement to a lump su�m ar unit price as not reachedundex Paragraph 12.O1.B.2, on the basis of the Cost af the Wark {determin�d as provided 'm Paragraph 11.01} pIus a Cantractor's fee far overhead and prof� (deternained as provided in Paragraph 12.Q1.Cj. C. Contracior's Fee: The Contractor's additional fee for overhead and profrt shall be determined as follaws: 1. a mutually acceptab�e f�ed fe�; or 2. if a fi�ced fee is not agreedupon, then a fee based on tfie follawing perce�tages nfthe various por�ions of the Cost of the Work: a. for costs incurred nndex Pazagraphs I1.O1.A.1, 11.01.A.2. and 11.O1.A.3, the Contractor's additional fee shall be 15 percent except for: 1) renta� fees for Con.tractor's own equzpanent using standard rental rates; 2) bonds and insurance; b. fox costs mcurred under Paragraph 1 �.Q1.A.4 and l 1.QLA.S, the Coz�►t[•actor's fee shall be five percent (S%); 1) whexe one or mQre tiers of subcont�acts are on the basis of Cost of the Work plus a fee and �ao f�ed fee is agreed r�on, the intent of Paragraphs 12.O1.C.2.a and 12.D1.C.2.b is thai the Subcozatractor whn aetually pezfoi7ns tl�.e Work, at r�vhatever C1T�OF FQItT WORTH ComancheTiail- FIR011+f ST.ANDARDGONS�RLIC1'[pY SPECIFICATION DOCUM�NTS CPN: L0339b Revisian: 8(L3f1021 Q07200-1 GENERAL CON� ITION S Page 47 of 63 tzex, will be paid a fee of 15 percent of tl�e costs iucurred by such Subcontractar under Paragraplv� 11.01_A.1 and I1.O1.A.2 and that any higher tier SubcQntractor and Contractor w�ll each be paid a fee af £'ive percent (5%) af the amount paid to the next lower tier Subcantaractor, however ir� no case shall the cutnulative totaI of fees paid be in e�cess af 25%; no fee shall be payable on the basis of cost� itemized under Paragrapkas 11.O1.A.6, and 11.01.B; d. the aznou�nt of credit to be aliowed by Con�ractar to City for arny change wllich results in a net decrease in cast witl be the amount of the actuaI net decrrease in cost plus a deduciion in Coni�actor's fee by an amount equal to five percent {5%0) of such net decrease. l 2.02 Change of Contract Time A. T`�e Contract Time rnay only be changed by a Change Order. B. No extension af t.kte Contract Time will be allowed for E�txa Work or �or claimed delay unless the Extra WorZc coz�templated ar clairned deiay is sY�own to be on the critical path of the Pzoject Schedule or Contractor can show by Critical PathMethod analysis how the Extra Work o�� cl�nme d delay adversely aff�cts the cri�ical path. 12.03 Delc�ys A. Where Contractor is reasonably delayed in the perf�rmance or completion af any part o� the Work within the Contract Tinae due to delay beyond ihe cantr4l of Con�ractor, the Contract Trme may be extended in an amount equal ta ihe time iost due to such delay if a Cont�act C1aim is made therefor. Delays beyond the control of Cont�actor shall include, but not be limited to, acts ar neglect hy City, acts or neglect af ntility owners oz oth.er contractors performing other worle as contemplated by Ariicle 7, %res, £�oods, epidernics, abnornlal wea�er conditions, ar acts of God. Such an adjustment sha11 be Contractor's sole and exclusi�e remedy for the delays described in �his P aragx-aph, B. If Contractar is delayed, City shall not be �iable to Contractor far any claims, costs, losses, or damages (including but not limited fia alI fees and e}7a.rges of engvneers, architects, attorn�ys, and other professiona]s and all court or arbitration or other dispute resolution costs) sust�ined 6y Contractar on or in connection with any oth�r project or anticipated projeet. C. Contractoz- shaIl not be en�itied to an adjustment in Contract Pxice ar Contract Time for d�lays within the cont�-ol of Contractor. D�lays attrr'butabte to and withi�a the control of a,Subcon�ractor or Supplier shali be deemed to be deia.ys withiu the control af Contracior. D, T�e Contractor sl�all receive no compe�atzon for delays ax hindrances to the WorIz, except �vhen direct and unavoidable e�tra cost to the Contractor is caused by the failure of t�e City to provzde information az• zxzaterial, if any, which is to be fiunished by the Ciry. CITY aF FORT WOATH Camancl�e Trail - I-IROM STANDARDCONSTR[1CTION SPECIFICAT[ON IJOCLIMEIVTS CPNi; 103396 Revision: &r23P�.021 oo�aoo-� GENERAL CA�Ep ITI01� 5 Page 48 of 63 ARTICLE 13 — TESTS AND IN�PECTIONS; C�ItRECTION, REMOVAL OR ACCEPTANCE OF DEFECTZVE WORK 13.01 Nntice of Defects Notice of alI defective Work of which Ciry has actual la�owledge vvill be grven to Contractox. Defectiva Work �aay be rejected, corrected, or acce�ted as provided in ihis Article I3. 13.02 �lccess to Wo�k City, indepe�dent testing laboratoz�ies, and gavernmental agencies with jurisdictaanal mteresfs will have access to the Site and the Work at reasonable times for their observatian, inspection, and testin�. Contractor shall provide them proper and safe conditions fox such access and ad�ise t�em of Conh•actar's safety procedures and programs so tb.at they may coixtply therewith as applicable. 13.03 Tests and Ins�ectians A. Contractox skaall give City tirr�ely notice of readiness af tiie Work for a11 required �spections, tests, oz' approvals and slaall coaperate wiih inspection and testing personnel to facr�itate required mspeetions or tests. B. If Contt'act Documents, Lavvs or Reg�ilations of any public body having jurisdictian require any of th� Work {or part ther�of) to be inspected, tested, or approved, Coniractor shal� assu�ne fiill responsibiii�y fax az�anging and obtaining such �dependent inspectzons, tests, retests or appro�als, pay al� cQsts in conneetian therewit3i, and fiarnish City ihe required certif'ieates of inspectaon or approval; excepting, however, those fees spec�cally identiiied in the Supplementary Conditions or any Texas Dep�r�ient of Licensure az�d Regulation (TDLR} inspections, which shall be paid as descr��ed 'm th� Supplernentary Conditions. C. Contractor shaIl be responsx�le for arranging and obtainir►g and shall pay all casts in connection with any inspections, test�, re-tests, or approvals required for City's acceptance of ri�terials ar equi�ment to be incarparated 'm the Work; or acceptance of materials, mix desig�as, or equigment submitted for approval prior to Con#ractor's purchase thereof for incorporation i� the Work. Such inspections, tests, re-tests, or approvals shall be performed by organiza.tions acceptable to City. D. City �nay arrange fcar the services of an inc�ependent testing laboratory {"Testing Lab") to perforna any inspecYaons ox tests ("Testing") for any paX`t o� the Wark, as deternvned solely by City. I, City will coordinate such Testing to tk�e exient poss�le, with Contractor; 2. S�aould any Testirig under t.�is Section 13.03 D result in a"�aiP', "did not pass" or other similar negative result, the Cont�act�r �a31 be responsble for paying foz any and all �•etests. Contractor°s cancellation without cause of City initiated Testing shall be deemed a negative result and require a retest. CITY OF PORT WpRTH Comanclie Trail - FiRO?vl STA�fDARDCONSTRUCTION 3PECIFtCATION DOCUMENTS CPN:103396 Iievision: &23I10P1 00 �z oo - i GE�fERALCON�ITIONS P age 49 of 63 3. Any amoux�.ts owed for any retest under tY�is Section 13.03 D shall be paid dYrectly ta the Testing Lab by Con�ractar. eity will forward aTi invoices for retests to C�n�-actor. 4. If Contractor fails to pay the Testing Lab, City will not issue Fina1 Payanent until tl�.e Testing Lab is paid. E. If any Work (or �he work of others) that is io 6e inspected, tested, Qr approved is covered by Cantractar withaut written concurrence of City, Co�ixactor shall, rf requested by City, uncover such Work for ob�ervation. F. Uncoveritig Worlc as pravided m Paragraph 13.03.E sh�ll be at Contractor's Expense. G. Contractor shall �ave the righi ta make a Contract Claim regardiz�g any retest or invoice �ssued under Section 13.03 D. 13.04 UncoveYing Wo�k A. If any Work is covered cantrary to the Contract Documents or specific instructions by the City, it must, � requested by City, be uncovered for City's observatian and repla.ced at Co�tractor's expense. B. If City considers it neeessary or advisable that covered Work be observed by City or inspected or testedby athers, Contractor, at City's z-ec�uest, shall uncover, e�ose, ar atherwise make available for obser�atzon, inspection, or testing as City ina� r�quire, t}zat portion of the Work iz� question, fumi�hing all necessary labor, material, and equipment. 1, Yf it is found that tbe uncovered Worlc is defective, Contractor shaIl pay all claim�, costs, losses, and da.znages (inciuding but n�t Iirnited to all fees and charges of er�gineers, archite�ts, attorneys, and other professionals and alI court or ather dispute resolution costs) arising out of or r�lating to such uncovering, exposure, observation, inspection, and testit�g, and of satisfactory replacem�nt ar reeanstruction (ineluding but not ]imited to all costs of repair or replacezxzezat of work af aihers); o� Ciiy shall be �ntitled to acceptdefective Workin accordance with Paz•agraph 13.08 in which case Contractar snall still be responsible for alI costs assaciated with exposing, ohservin�;, and testing the de%ctive Worlc. 2. If the uncovered Wor� i� not found ta be de�ective, Contractor shall be allo�ed an increase in the Cozatraci Price or an extension of the ContractTime, ar bath, directly attri�utabte to such uncove�ing, exposur�, observatioa�, inspection, test�g, replacemeni, and reconstructi.on. i3.05 City May Stop the Work If the Work r� defective, a�- Cont�actor fail.s to supply sufficient slc�led workers or suitable �naterials ar equipment, or fa�s to pez-�'oz-rr� the Wot-k in such a�ay that the cqmpleted Wark will conform to tl�e Contract Dacuments, City may ord�r Contractor to stop the Work, ar any portion ther�of, tmt� the cause for such order has been eliminated; however, this right oi Ciry to stop the Wark shall not give rise tq any duty on th� part of City to exercise this right for the benefit af Co��ti�actor, any CITYOF POTZT V,�ORrH Camanche Trail - FIR�M Si'AMl1\RIJCONSTR[ICTI9N SPECIFICAT[ON DOCUIvIENTS CPDI:103396 Revision; $�13I1AZl ao�2aa-� GE N�RAL CDND IT l0 N S Page 50 of fi3 Subcontractor, any SuppSiex, any ather indirvidual or en�itiy, ar any surel,y for, or emplayee or agent af any of them. 13.Ob Correction orRemaval ofDefective YYork A. Pramptly after receipt oi writ�en notice, C�ntraetor sha11 corr�ct all defective Work pursuant to an acceptable schedule, whether or nat fa4�z icated, insta.11ed, ar campleted, or, zf the Wor� has been re}�cted by City, remove it from the Project and rep�ace zt with Virark that is no� defective. Contractor shal� pay all claims, costs, adcliiional testing, Iosses, and dama.ges (inclucii.ng btit noi lsmited to aIl fees and charges of engineers, architects, attorneys, and other pro�essionals and all court o� arrbitration Qr other dispute resolutzon costsj arisir�g out of or relatin� to such carrectian or removal (including but not linnited to all casts of repair or replacement of work of others). Fai.lure to require tk�e removal of an.y defective Woxk shal� not conskiiute acceptance of such Work. B. When carrecting defective �orl� undex the terms af this Paragraph 13.06 or Paragraph 13.07, Contractox shall take no action that would vaid or otherwise impair City's special warranty and guarantee, � any, on said Work. 13.07 Cor�ectton Period �,. If �ritl�in two (2) years after the date af Fiz�.al Acceptance {o�r sueh longer peziod of iime as may be prescribed by the terms of any aQplicable special guarantee required by the Coz�tract Documents), any Work is found to be defeetive, or if the repair of any darx�ages io the land or areas made ava�able for Gontractor's use by City or permitted by Laws and Reg�.ilations as contemplated in Paragraph 6.10.A is found to be defective, Contractor shall prornptly, without costto Ci�ty and in aceordance wi�h City's written �structions: 1, repair such defe�tiv� land or areas; or 2. earrect such defectave Work; or 3, rf' the defective Work has been re3ected by City, renrao�e it fram the Project and replace it with Work that is not defective, and 4. satasfactorily caz-rect or repair oz remove and replace any damage to other Work, to the work of others or other land or areas resultir�g therefron:i. B. Lf Con�ractor does not proi�zptly camply witll the terms of City's written instructions, or in an emergency where de�ay would cause seri�us risk of �oss ar damage, City may have the defective Wark cozrected or repaired or may have the rejected Wo�k removed and replaced. All c�aims, cos�s, losses, and damages (including but not limited to all fees and ch.az-ges af en�ineers, architects, attorneys, and other professional� and all court or other dispute resolutian costs) arising out of or relatin.g to such correction or repair or such removal and replaccment (iu�cluding but not linnited �a all costs of repair or replacement of woxk of o�hers) wi11 be paid by Contraetar. � CTT'Y OF FORT VJORTH Camanshe `Crail - HIiO1V[ STADIDn,I?DCONSTR[1CTION SPEC[FICATION I30Ci111�ENT5 CPN:10334G Revision: 8�13im21 007200-1 ��NE�a�.coNoiriow s Pag� 51 of 63 C. In special c�-cumstances where a parti�cular item of equzpment rs placed in contmuous service befare F�aI Acceptance of aIl the Work, the correctian period for that i�em zxaay start to nui from an earlier date i£ so provided in tk�e Co�tract Docurrients. D. Where defective Work (and dat�rxage to other Work re�uIting therefram) has been corrected oz- removed and replaced under this Paragi-aph 13,07, the coirection period hereunder with respect to sueh Work may be requiz•ed to be extended for an additianal perzod of o�.e year after the end of the initial correction period. City shaIl provide 30 da.ys written notice to Contractor s$ould such additional warranty coverage be requ�-ed. Contractar n�ay dispute this requirement by filing a Contract Clairn, pursuant to Paragraph 10.06. E. Contrac�or's obligatrons undex this Paragraph 1�.07 are in additian to any other abligation or wan-anty. The provisions of th� Paragraph 13,07 shall not be construed as a substitute for, or a waiver of, the provisions of any applicable sta.t�ate of limitation or repose. 13.0$ Accepta�tce ofDefective Wark If, uastead of requiring coxz-ection or removal and replacernent of defecti�e Work, City prefers to accept it, City rnay do so, Contz�actor shall pay all cIa�s, costs, losses, and da.nnages (including but nat lirnited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or other dispute resolution cas�s} attr�butable ta City's evaIuation ofa�d determitjation to aecept such defective WarZc and for the dixx�.inished value of the Wark to the extent not otherwise pazd by Contractor. �f any such acceptance occurs prior to Fi�r�al Ace�ptance, a Ck�ange Order wi� be issued incoiporatix�g the necessary revisions in the Contract Docu1ner�ts with xespect to the Work, and City shall be entitled to an appropriate decrease m tl�e Contract Price, �•eflecting the diminished valua of Woz-lc so accept�d. I3.09 CrtyMay CorrectDefective Work A. If Cont�actor fails witlun a reasonable time after written notice from City ta correct defectivc Work, or to xemove and replace rejected Work as required by City in accordance wi�h Paragraph 13.Ob.A, or if Contractor fails to perform the Wo�•k in accordance with the Coniract Dacunnents, oi- if Cozztractor fails ta comply with any other pxovision of tlze Contract Documents, City may, a£tex sev�n ('� days written noiice to Cont�•actox, correct, or remedy any such deficzency, B. In exercising t�ie rights and r�medzes under this �'aragraph 13,09, City shall proceed expeditiously. In connection with such carrective or rezxzedial action, City may exclude Cantractor from all or part of the Site, take possession of all or part of the Work and suspend Contractor's seivices related thereto, and i�coiporate ira the Work a�l materiaLs and eqliipment incarporated in the Work, stared at the Site or far vvhich City has paid Con1ractor but which are stored eJsewhere. Cantractor shall allaw City, Ci�.y's representatives, agents, eansultants, employees, and City'� oth.ex contractors, access to the Si�e to enable City to exercise the rights and remeci�ies und�r this Para�aph. C. AlI claims, co5ts, losses, and daxraages (including but not limited to all fees and charges of e�gir�eexs, architects, attozneys, and qther prafessionals ancf all couz-t or nther dispute resolution CITY OF FORT WORTH Comancha Trail - IiROM STANDARDCONSTR[1G1'[ON SYECTEICAT[ON DOCLTMENTS CPN:103396 Revision: 8I13C10�1 aa�zoo-� GENERAL CANDITIDN S Page 52 of 63 costs) inc�red ox sustained by City in exercising the rights and remedies undex this Parag�raph 13.09 w�l be charrged against Contjractor, and a Claange Order will be issued incorporating the necessa�yrevisions in the Co�tract Docunaen�s with respect to the Work; and City shall be entitle d to an appropriate decrease in the Cox�tract Price. D. Conlractnr shall �ot be allowed a� extension of the Ccmrract T�ne because o£ any delap in the perfozm�nce of the Work attr�utable to the exercise af City's �ghts and remedies under thi.s Paragraph i3.09. ARTYCLE 14 — PAYMENTS TO CONTRACTDR AND COMPLETION 14.01 Schedule of Ycalues Tk�e Schedule a£ Values for hamp sum contracfs established as provided in Paragrapl�2.Q7 will serve as the �asis for progress payn�ents and will be zneorporated into a%rm of Applicatian for Paymer� acceptable to City. Progr�ss payments on account a£ Unit Price Wark wi1l be based on the nurx�ber ai �ir�itc conaple#ed. 14.02 Progress Payments A. ApplicationsfoYPayments: 1. Cont�actor is responsble for ��ovidir�g all mformation as required to beconne a vendor of the City. 2. At least 2� days Iaefore the da.te established in the General Requirennents for each progress paymen�, Contractor shall submit to City for review an Application for Payrnent filled out and signed by Contractor co��ring the Work com�pleted as of the date af the Application and accozx�panied by such supporting documentation as is required by the Contract Documents. 3. If pa�ent is r�quested on tke basis of z�aterials and equipment not incorporated in the Work but delivered and suitably stared at the Site or at anothex location agreed to in vvritit�g, the Application fox Payme�t sha11 al�o be accornpanied by a biU of saie, u�vaice, or other �locumentatian waz-ranting �t City has rec�ivedthe materials and equipment free and clear of all Liens and evidence that the materi.al� a.nd equipment are ca�vered by appropriate insurance or other arrangements ta protect Ciry's itaterest �herein, all of which must be satisfactory ta City. 4. Begirming with the second Application frnr �ayment, each Application shall inelude an affidavit of Contractar statzng that previous progress payments received an account af the Work have been applied on aceaunt to discharge Contractoz�'� legitimate obligations associatedr�vith prior App�ications for Payment. 5. The arrzount of retainage with respeet ta pragress payments will 6e as descnbed in subsection. C. unless ot�erwise stipulated in the Con.tract Documents. CTT Y OP FpRT WOR'�H Comanclie Trail - k3ROM S'fANDARDCONSTRUCTlO�I' SPEC]FICATION DOCiTME1VTS CPN:103396 Revision: S/�3CI02Y ao 7zoo- i ��N��a,�coNolrlaws Page 53 of 63 B. ReviewofApplications: 1_ City wilI, after receipt of each Applicaiinn far Payment, either indicate m writing a recommendation of payrneni or rehu-n the Appficatzon to Cantractor indicating reasflz�s far refix�ing pay�ent. In the �attex case, Contractar may make the necessary corrections and resubn�it tk�.e Application. 2. City's processing of any payzb.ent requested an an Application for Payment wiJl be based on City's observations af the exacutedWork, and nn City's revievcT of the AppIication for Payzzzent and the accpmpanyin.g data and schedules, that to the best of Ci�y's �owledge: a, the Work has pz-ogressed ta the point indicated; b, the qual�ty of the Wark is generally in accardance with the Conl�•act Documer�ts (subject to an e�aluation of the Wark as a functioning wkole prior to ox upan Final Acceptance, the z�esuits of any subsequent tests called for in. the Contract Documents, a fuial determinaiion of quantities and classifications for Wark perf�rmed under Paragraph 9,05, ar�d any otl�er qualif'ications stated in the reeommendation). 3. Processmg an�r such payment will not thereby be deezxied to have represented that: a. inspeetions made to check the quality or the quaniity of the Work as it has been pez-£armed have been e�austive, extended to every aspect of �ie Wor�C in progress, or involved d�tailed inspectior�s af the Work beyond the respansrbil�ties spec�cally asszgiaed to City in the Contract Documents; or b. there naay not be other mattexs ar issues betweenthe parties that rnight ez�title Con�ractor to be paid additioz�.ally by CiLy or e�tifle City to withhold payment to Cont�actor; or c. Contractor has complied �r�h Laws and ReguIations applicable to Contractor's pe�•foz�rnance of the Worl�. 4. City rnay refuse to process the whole or any part of any payment because oi subsequently discovered ev�idence or the results of subsequent i�spectidns ar tests, ana revise or re�voke arry such payment previously zxaade, fo such extent a.s may be necessaryto protect City from lass b�cause: a. the Wo�l� is de�ective or completed Work has been darnaged by the Contractox or subcontractoxs requiring carxection or replaceznent; b. discrepancies in quantities cor�tained in pre�ious applications for payrnent; c. t11e Contrract Price has been reduced by Change Orders; d. City has heen requ�ed io correct defecti�e Work or cozxiplete �ork in accordance wi�h Paragraph 13.D9; or CiTY OF FORT WORTH Camanche Ti�il . HROM STANDARDCONSTRUCTION SPECIFICATIDN DOCLTMENTS CP1�F; ID339G Revision: 8?3/2021 00�200-� GENERALCQNDlTION S paga Sa oP 63 e. C�ity has actual l�owledge of the occur�ence of any of ihe events enu�n.erated in Paragraph 15.02.A. C. Retainage: l. �'or contracts less than $40Q,000 at the tinrae of execution, retainage shall be ten percent { 10°/a). 2. For eonn•acts geater than $400,000 at the time of execution, �e�aina�e slaau be %e percent (5%). D. Lic�uidated Damages. For each calendar day that any work shall rernain uncompleted after the time specif'ied in the Contract Docujnents, tbe sum per day spec�f'ied in the Agr�ement wiIl be as�essed against the monies due the Contractox, not as a penalry, bui as damages suffered by the City. E. Paynzent: Contractor will be paid pursuant to the requiremea�ts of this :Article 14 and payment will become due in accordance with the Contract Documents. F. IZeductiora in Payment: 1. City may refuse to make p�yment of the amount requested because: a. Liens have been filed in. connection with the Work, except where Contractor has delivere d a specific bond satisfacto�ry to City to secure the satisfaction and discharge of such Liens; b. there are otlzer items entitli�g City to a set-off against the amount recon:�mended; or c. City has actual knowledge of the occurrence of any of the events enumerated iri Parag�raphs 14.02.B.4.a throug�► 14.02.B.�.e or Paragraph 15.02.A. 2. If City refuses to naake payment of the a�mount requested, City will give Cont�actor writt�n noti�e statixzg the reasons fo� such ac�ion and pay Contrac�or any amount remaining after deduction of tk�e amount so withheld. City shall pay Contractor the annount so wit�ield, ar az�y adjushnent thereta agreed to by City and Conixactor, �rhen Cnn�ractor remedies the reasor�s for such action. I4.03 Ca��r�ctor's Warranty of Title Contractor warrants and guarantees tk►at title fo all War1c, �na.ter-�a1s, and equipment cavered by any Application for Payment, �hether incozporated in. the Project ar not, will pass to City no later than the tim� of p�.yment free and clear of aIl Liens. CiTY pF FOItT WORTH Comanche Trai l- HRbM STANDAI2DCONSTRUCTION SPECIFICATION DbCl1MHNT5 CPN:103396 Rer+ision: �13I1021 D07200-1 GENERALCON�ITIONS Page 55 of 63 �4.Q4 Partial Uiilization A. Prior to Final Acceptance of all tY�e Work, City rnay use or occupy any part of the Worl{ w�ich has specifically been identif'zed in the Contiract Documents, or wiazch Ciiy determines constitutes a separately ;func�ioning and usal�le part of the Waz�C that can be used for its intended purpose without signifcant mtei�#'exence with Con�iactor's pe��#'orrnance of the remair�der oi the Work. City at any time may notify Contractor � writing to permit City to use ar occupy any such part of tiie Wark which City detez�mines to be reac�y for its �izitend�d use, sub�ect to �ae following conditions: 1. Contractor at any time may notify City zn wri�ing that Contractor considers any such part of the Wark ready for its intended use, 2. With� a reasonable time after notifzcation as enurnerated in Paragraph 14.OS.A.I, Gity and Cont�actor shall rna�e an mspection of that part of the Work to deterinine its status of completian. If City does n�t cousider that part of the Wor�C to be substanti�Ily coz�xrplete, City will noiify Contractar m writing giving the reasons therefar, 3. Pa�tzal Ut�ization will not constitute Final Acceptance by City. 14.Q5 Finallnspection A. Upon �,vritten zzotice from Contractor tk�.at the en.tire Work is Substaniially Complete in accordance with the Cont�ract Documents: I. Within I O days, City w�71 schedule a Final Inspection with Contractar. 2. City wiIl notify Contractor in writing of aIl particulars in. which this inspectian z-eveals tiiat t�e Work is inco�xiplete or de�ective ("�Purzch List Items"). Contractor shalI imrned2ately take such measures as are necessar�r ta complete such Work or ren�edy �ueh deficiencies. B. Na tinne charge wiI! b� ma.de againsi the Gontractor be�veen said date nf notafication to the City of Substantial Completian and the date of �'inal I;nspection. 1, ShnuId the Ciry determme that the Work rs not ready for �inal Inspection, City wall notify the Cont�acior in writing of the reasons and Contract Time wi11 resurne. �. Shou[d the City cancu�• that Substantial Cornpletron has been aehieved �rith the excep�ion of any Punch List Iterns, Conteact Time will resume fax• the duration it tal�es �or Con�ractor to achieve �'inal Accep�ance. 14.06 �'inalAcceptnr�ce UpQn completion by Contraet�x to City's satisfaetion, of any additional Work identified in t�e Final Irzspec�ion, City vvill i�sue to Contractox a letter of �'it�al Acceptance. CITY OP F'ORT WORTFI STANDAIZI7CON5TRUCTION SPECIF[CATION DOCUMENTS ComancheTrail-HRONi kevision; $23fJ�21 CPN: 1U339G oa�2ao-t GENERAL CANDITION S Page 5G of 63 14.0? FinalPayrnent A. ApplicationforPayn�ent.• 1. Upon Final Acceptance, and in tlie opinion of City, Con.tractor rnay make an application for final payment followix�g the procedure fox progress payment� in accordance with the Contraet Documents. 2. The final Applicaiion f�r Payment shall be accompani�d {excepi as previously de�ivered) by: a. all documenCaiion ealled for in the Con.tract Docwnents, in.cluding but not liKnited to the er�idence af insurance requa•ed by Paragraph 5.03, b. consent of the surety, if any, ta final payinent; c. a list of aIl pendang or r�leased Daznage Clai�ns against City ihat Contractor believes anee �ansettled; and d, affidavits of paymex�ts an.d complete and legally effective releases or wai�e�s (satisfactory to C�ity) of all Lien rigk��s arising out of or Liens filed in coa�n.ection with tlae VOazk. B. PaymentBecomesDue.� 1. After Cit�s acceptance of the App�ication for Payment and aeconapanying documentation, xequested by Cont�actor, Iess pre�ious payrnents made and any s�un City is entitled, inc�cling but not limiEed to liquidated ciamages, will becozne due and payable. 2. After allDamage Cla�ns have beenresolved: a, ditectly by fh.e Coniractar or; �. Cantr-actor provides e�idence that the l�ar�age Claim has been reported ta Con�raetor's insurance provider for �'esalution. 3. The rnaking of the final payment by �he City shall not relieve the Contractor of any guarantees ar ather rec�uirements of the Contract Docuznents which specifieally eontinue thereafter. 14.Q8 Final Campletion Delayed and P�x�tial RetainageRelea�e A. If fuaal completian of the Wark is sigrvficantly delayed, and if City so confi�ms, City rnay, upon receipt of Contractor's fival Application for Payment, andvwithout tenr�inatin� t�xe Con�ract, mal�e payment of the ha3ance due for tha� portion of the Work fiilly coznpleted and accepted. If the reanaining balance to be held by City fnr Work raot fully campleted or cc�iYected �s less than the retainage stipulated ion. Paragraph 14.02.C, and if bonds hav� been fi�rnished as required i�r� Paragraph 5.02, the written. consent ot' the sw•ety to the payrx�ent of the �alance due for that CTTY bF FORT WQRTH Comanclie Trai! - HROM SrANDAI�DCONSTRUCT]ON SPECIFICATION DOCUIvLENTS CPN:10339G Revision: 803/L(l21 607260-1 GENERAL CONO ITION S Page 57 af 63 portion of the Wo�k fu11y completed az�d accepted shall �e subznitted by Contractor to City with �e Applicatian for such payment, Such payment shall t�e zz�ade under the terms and conditions goveming fi�al payment, except that it shall not constitute a wanrer of Contract Claims. B. Partial RelaanageReleerse. For a Contract that provides for a separate vegetatzve establishment and znaintena�ce, and test and perfo�Ynance pexzods foI�owu�g the coznpletian af all oiher construction in the Coni��act Documents %r �ll Work locations, the City znay release a portion of the amot�.nt retained provi.ded that all other work is completed as defez7mined by the Cit}�, Before the release, all submittals and final q�antities must be completed and accepted for aIi otker worlc. An amount su�ficient to ensure Contract compliance will be retained. 14.09 Waiver of Claims The acceptance of final payc�nent will eonstitute a release of the Ciry from a11 claims or liabiliiies under the Coniract for anyt�.iz�g done or Furnished or relating to the work ta.nder the Contxact Documents or any act ar neglect of City related to or conn�cted wit� the Con�ract. ARTZCLE 1�— SLTSPENSZON OF WORK AND TERNII1�iATION 15.01 CityMay Suspertd Wa�k A. At any tnne az�d withnut cause, City znay suspand the 'War� or any portio� thereo� by written natice to Conbractar and wkich may � the dat� on which Work will be resumed. Conh'acto�• shall r�sume tl�e Work on th� date so %red. Dvxing temporary suspension of the Work coveredby tliese Contract Documents, for any reason, the City wiil znake no extra payment for sta�d by time of construction equipment and/or construction crews. B. Should the Contractor not be ab�e to complete a portion of the Project due to causes beyond the control of and without the fault ar negligence of the Gontractor, and should it be det�x�nmed by inutu�l eonsent a�the Contractor and City that a solution to a�ow construction ta proceed is nat available within a reasonable period of time, Contractor may request an extension in Contract Tune, directly attri�utable to any such susp�nsion. C. Iiit should beeome nec�ssary to suspend the Wor1c foz' an indefuute perioc�, tb.e Contractor shall store a� znaterials in such a xnanner that th�y will not obstruct ar impede t}�e public unnecessaril.y nor become damaged in any way, and he shall talce every precaution to prevent damage ox de�erioration o£ the work per%rmed; he shall provide suitable dz�ainage about th� work, and er�ct temporary structures where necessaxy. D. Contractor zx�ay be reimbLu-sed far tk�e cost of moving his equipment off the job and ret�u7zing the necessazy equiprnent to f11e job when iE is detern:�ined by the City t�aat construction may be xesuz�.aed. Such reimburse�nent shaIl be based ozz actual cost ta �he Contractor of moving the equipment and no pro�it will be allowed. Reitnbursernent may not be al�owed if the equiprnent is n:�oved to another canstruction proj�ct for the City. Cl�'Y pP FORT WO12TH Comanche TraiI - HROM S'CANDARDCONSTRUCTIOY SPECIF[CAT[ON DQCUMEN'I'S CFN:103396 Revision: 823/20�1 007200-I G�NERAL CflN61TI0N S Page 5$ of 63 15.02 City Meay Te��tinate for C'ause A. The occurrence of any one or moxe oithe following evenis by way of exarr�ple, but not of �imitation , may justify iemlination for cause: 1. Contractor's persi�tent �ailure to pexform the Wark in accoxdance wiih the Con�act Documents (u�c�uding, but nat �nnited to, failure to supply sufficient sl�illed workers or suitable zaaateria�s or equipment, failuxe to adhere to the Project Schedule established under Paragraph 2,07 as ad�usted from time to tim� pursuant to Paragraph 6.04, ar failure tn adhere to the City's Business Di�versity En�erprise Ordinance #20020-12-2011established under Paragraph 6, 06.D); 2. Contractor's disregard of Laws or Regulations o� any pubfic body ha�ing jurisdic�ion; 3. Contractox's repeated disregard o£ the au�iority of City; or �. Contractor's vialaiion in any substantial way af any proviusions of the Contract Documents; or 5. Contractor's faihire tia proxxiptly make good azzy defect in rnateria�s or workmanship, or defects of an.y nat�e, the correction. flf which has been directed �n wriiing by the City; or 6. Substant�al mdication t�iat the Cantractar has made an uz�authorized assignment of the Can�ract ar any fiuids due therefrom for the benefit of any creditor or for any other puzpose; ar 7. Substantial evid�nee that the Contractor has becozne insol�ren� or banlcrupt, or otherwise financially unable to carry on the Work saiis�actorily; or 8. Contractor comtnenees legal action in a court of campetent�ux'isdiction agaanst tl�e City. B. If one ar more of the event� ideniii'ied ui Paragraph 15.02A. occur, City wi1l provide written notice to Contractor an.d Surety to arrange a con£erence with Coniractor and Surety to address Contractor's faiiure to. perform the Work. Cox�erence shaIl be held n.ot later than 15 days, after receipt of notice. 1. If the City, the Contractar, and tlie Sutety do not agree to allow the Confiractor to praeeed to per�oren ihe constructian Coniract, the City znay, to the extent pezmitted by Laws and Regu�ations, declare a Contractor default and fozmally terminate th.e Contractor's right to camplete tb.e Contract. Contractor defau�t shall not be declared earlier than 20 days aiter the Contractor and Surety have recei�ed notice of conferen.ce to address Contractor's �a�ute to perform the Work. 2. If Contractor's services are terminated, 5urety shall be obligated to take aver and perform the Work. �f Stiu'ety dnes not coz�nence perforn�anca thereof withui 15 consecutzve calendar days after date of an additional written notice deznanding Surery's performance of its C1TY OF FOItT WORTH Comanche T'rail - HRD11%I STANi�Al2DCONSTRUCTION SPECIPICATION DOCUMENTS CPN:103396 Revision: 8J13I10�1 OD7204-1 GENERAL CONbITION S P age 59 af 53 obli�atians, then City, without process or action at ]�w, may take over any portian of the Wflrk and co�nplete it as described below. a. If City completes the Work, City may e�clude Contraetor and Surety from the site and take possession of the Work, and all znater�als and equipment incorporated imo the Wark stox•ed at the Sit� or for whic� City has paid Contractor oz• Surety but vcrhich aze stored elsewhere, and fmish the WarI� as City may deem expediezat. 3. Whether City ar Surety completes the Work, Coz�tractor s�all not be enti�led to receive any fur�har payrnent until the Work is fuvshed. If the �paid ba�nce of the Contract Pr�ce exceeds all claims, costs, �055�5 and damages sustaiz�ed by Ciry arising out of or resulting fram campletuag the Work, such excess will be paid ta Con�ractor. Ifsuch claims, costs,lasses and damages exeeedsuch unpaid balance, Contractor shall pay the cii�'erence to City. Such claims, costs,losses a�d damages inctuxed by City wi11 be �corporated in a Change Order, provided t}�at wh�n exercisin�g any rights or remedies under this Paz-agraplZ, City shall not be required to obtain the lor�vest �rice for the Wark perfarrned. 4. Neither Ciry, nar any of its respecfive eon�ultants, agents, afiicers, directors or employees shall be in� any way liabie or accountabJe to Contractar or Surety �ox the method by which the completian. of ihe said Work, or any partio�. thereaf, may be accomplished or for the price paici therefor. 5. City, notwithstanding the method used in completing the Contract, sha11 not �orfeit the right to recover damage� from Contractor or Surety for Cani�actor's failuxe to timel� camplete t�.ie entire Contract. Contract4r shali not be entitled to any claim on account oi the met�od used by City in completing the Contract. 6. Maintenance of the Work shall contiriue to be Con�ractor's and �urety's responsibilitiies as pra�ided �or in the bond requirements af the Con�ract Docurnents or any special guarantees provided far under the Contract Doeut�.ents or any oiher obIigafians atherwise prescrz�ed by Iaw. C. Notwit,�standing Paragaphs 15,02.B, Conhactor's services wiIl not be ternunated if Cantraetor begms within seven days of receipt of notice �f rntent ta tenrz�zaate ta correct its iailure to perfarm and proceeds diligently to cure such fail�u�e within no mare than 30 days of receipt of said notice. D. Where Cont�actor's ser�ices have been so �e�.inated by City, the termttaataon wil1 not afFect any rights or rexzaedies o� City against Contractor then e�cisting or which znay fllereafter accrue. Any retention or paym�nt of moneys due Cantractor by City w�1 not xelease Cont�actor from liabi�zty, E, Tf and to the �xtent that �ant�actor has provided a perfoz�aance bond nnder the provisions of Paragraph 5.02, the terrnination procedttt'�s oF that bond shall not supersede �e provisians of this Article. CITY pF FORT WOlt'TH Camaneha Trail - Ht�Olvf STANDARDCONSTRUCTIdK SPBCIF[CATIDN DOC[IMENTS CPN:103396 Rcvisipn: A23I30ZI 007204-I GENERALG,ON�ITIaiJ S Page 6D of 63 15.03 City May Terminate For Convenience A. City may, without cause and withc�ut prejudice to any other z7ght or remedy of City, terininate the Cantract. Any terminatio� sk�all be effectedby ma.�7ing a notice of the termmation to the Contractor specifying tlie extent to whieh perfozmance of Work rxnder the contract is tez-nninated, and the date upan which such terrr�nation becannes effective. Iteceipt of the notice s�aa�. be deem�d conclusively pres�ned and established when th.e letier is placed in t�e United States Po5ta1 Serv�ce Mail by the City. FLu-tber, it shall be deemed conclusrvely presumed and established that suc}� termination is made vvith just cause as therein stated; and no proof in any claim, demand or suit shall be xequixed of the City regarding such discretionary action. B. After receipt of a notace of tern��aiion, and excegt as ot�.erw�se directed by the City, the Cantraetor shall: 1. Stap work unde:r the Cantract on the date and to the extent specif"ied in the notiee of term�tion; 2, plaee no further orders or subcontracts fox materials, services or facilities except as may be necessary far coz�npletion of sueh portion of the Work under the Contract as is nat terrninated; 3. terminate aIl orders and subcontracts to tbe e�ent t1�t they relaie to �.e perfozxnance o�' th� Wari� te�ninated hy notice of termie�ation; 4. transfer title to the Ciry and deliver in the nna�er, at the times, and to the extent, � any, directed by the City: a, the fabricat�d or unfa�ricated parts, Work in progress, completed Work, supplies and otherr material praduced as a part of, oz acqu�ed in c�nnecti4n with the perfo��rzance of, the Wark termin.ated by tlie notic� o� the term�inataon; az�d h. the cnm�leied, or partia3�y completed plans, drawings, infarn�ation and oiher pxoperty which, if the Coniract had been completed, would have been required to be fiirnished to the City. 5. eomplete perfarnaance of such Work as shall not ]aave been ierminated by the notiee of tennn�tian; and 6. take such actian as may b� necessary, or as the City may diract, for the protectzon and �reservation of tl�e property relatad to its eon�ract which is in the possession of the Conteactor and in which the owner has or �y acquire the rest. C. At a tizne r�ot later than 30 days a�'ter the termination date specified in tl�e �.otice of tern�ination, the Contractor x�aay suhmit to the City a list, certi�ed as to quantity and c�ualiry, of any or all iteans of tern�ination mve�ntory not pr�viously dispased of, exclusive of items the disposition of which laas been dir�cted or au�horizad by City. CTTY OP FORT Wt]TtTfi Comanclie Trail - FiROM STANDt�ItDCONSTRUCTION 3PECIFECATION DOCLFMENTS CT'N:103346 Revision: 8713/Z621 00 72 OQ - I GENERALC.ON�ITIOIVS Page 61 of 63 D. Na� later than 15 days thereafter, the City shall accept iitle ta such items pravided, tl�at the list submit�ed shall be subject ta verifcation by the City upon removal of t�e itezns ax, i� the items are stored, within q�5 days frozxz the date of submission of the list, and any necessary adjustments to correct the lisi as subrnztteci, sl�all be made prior to fu�al setttement. E, Not later than 60 days afte� the no�ice o� �errnmation, the Cont�ractor shall submit his terrrunation e]aizz�. to the City in the form and vvrth the certification prescribed by the Ciry. Unl�ss an extension is znade in writ`ing witnin s�ch bd da.y period by �he Cantractor, and granted by �he City, any and all such claims shall be conciusively deemed waived. F. In such case, Contractor shall he paid for {without duplication� of any itezns): 1. completed and acceptable Work exeeuted � accordance witb. tlae Contract Docwments prior to the e�fective date of termination, including �au• and reasonable sums for overhead and prafit on suc�a Wark; 2. expenses sustained prior to the effective date af tez�tx�zn.ation in perfornZing services and furnishit�.g labor, materials, or equip�nent as required by the Contract Documents in connection with uncompleted W�rk, plus #'air and reasonahle sums for overhead and profit on such exp�nses; and 3. reasonable expenses directly attrrbutable ia tennination. G. �n the event o� tkae fai�.ire of the Contractor and Ciry to agree upon the whole amount to be paid to the Cont�actor b� reason of tlSe tertnination of the Work, the City shall deternune, on the basis of iz�..forzxxation available to it, the amount, �f any, due to the Contractor by reasonof the termu�ation and shall pay to the Contractor �,b.e amounts determin.ed. Cot�tractar shall not be paid on account af lass of anticipated profits or rrevenue or other ecanornic loss arising out o� or resulting from such termination, ARTICLE 16 — DISPUTE RESOL[ITION 16.01 Methods and Pr�ocedures A. Either City or Cont�actar may request mediation of a.ny Contract Claim submitted for a decision ur�der Paragraph ZO.Ob before such de�ision becomes £'inal and binding. The request iar mediatian shall be submitte� to �e other paz'ty to the Contract. Timely submission of the request s�all stay the effect ofParagraph 10.06.E. B. City and Cont�actar sk�all participate in the mediation process in good faith, The process shaIl be conat�aenced within 60 cl�ys of fiIing of the request. C. I£the Contract Claim is not resolved by mediatian, Ciry's actzon under Parageaph 10.06_C or a denial pursuant to Paragtaphs 10,06.C.3 or 10.06.D shall become final and bindmg 34 days after termination of the mediation unless, within that tiax�e periad, City or C�ntractar: CTTY OF FORT WORTH Comanche Teail - HAOM STAN[3ARDCOMSTIt[1CTION SPEC[FICATIbN DOCUMENTS CPN; ID3396 Revision: $23F11}2l au�2oo-i GENERAL COND{TION S Page 52 nf 63 1. elects in writtmg to invoke any other dispute resolution process provided for in the Supplementary Conditions; or 2, agrees with tl�e other party to suhmit the Contract Claim to anot�aer dispute resolution process;or 3. gives written notice to the other party of �he intent to subnait tlie Cantract C�aim. to a court of campetent jurisdictian. ARTICLE 1'� — MI�CELLANEOUS 17,01 GivingNotice A. Whenever any provision af the Contract Dacuments requires the giving af writien notice, it will be cieemed to have been validly gitiren �: 1. dejivered IIl pBZ50T1 t0 tJ.1.� 1ridiV1C�L�1 or to a mex�aber of the firrri ar to an o�feer of the coxporation for whom it is iz�tended; or 2, de�ivered at or sent by registered or cet�ed mail, postage prepaid, to the last business address known to the giver of the notice. B. Busin:ess address changes must be promptly made in wri�ting io the other party. C, Whenever the Caniract Docume�is speci�ies giving notice by elecironic rn�ans sueh electz�onic notice shali be deemed suf�icient upon confmnation of receiptby the recerving party. 17.02 Cor�tp�tation of Times When any pex-iod of time is referredto �in the Coniract Docuzx�ents by days, it wi�l be computed to exclude th� �irst a�nd include the last day of such period. I�the last day of any such period falls on a Satuxday oi- Sunday or on a day made a Lagal holiday the �ext Working Day sk�ali becom� the ]ast day of tbe period. 17.03 Ciamulative Rerriedie,� The duties and ot�ligaiions im�osed by these GeneY'al Conditions and the rights a�d remedies a.vailable hereunder to the parties hereto are i�n� addition to, and are not to he conslrued ira any way as a limita. tion o�, any rights and remedies available to any nr all of them uz�icla are otherwise itnposed or avaiJable by Laws or Regulataons, by special war-ranty or guarantee, ar by other pravisions of the �Cont�•act Doeuments. The pro�isions of this Paragrapb wiJJ be as e��ective as if repeated specificalty in the Contract Documents in eon�ection with each particul�r duty, obligation, right, and �•emedy to which they apply, C1TY OF FDRT WO1tTH Comancfie Trail - HRQIv1 STt1NDARDCOIVSTRUCTION SPECIFICAT[ON DOCiJM�AFI'S CPN:lQ339G Revision: 8�13C�.1 00 �z oo - i GEiVERAL CON� ITION 5 Page 63 oib3 17.04 Survival ofObligatians All represen#ations, indemtiifica�ions, warranties, and guarantees made in, requ�ed by, or given i� accordance with the Contract Doci,unents, as well as all cantinuing obligations ind'zcated iz�. the Conta•act Documents, w�l s�u-vive �al payrzj.ent, completion, and acceptaz�ce of the Wark or ter�ation or completion of the Cantract or termination of the seivices of Contractox. 1'1.05 Headings Article and paragaph head'u�:gs are inserted for canvenience anly and do not constitute parts of these General Canditions. C]'PY OF FORT WORTH Comanche Trail - HRQM STANDARDC01�l5TRUC7ION SPECIF[CATIDN DOG[fME�iTS CPN; 103396 Revisian: �1:i�A21 00 73 00 5UFPLEMEPiTARY CON�ITION5 Page i of 6 SECTION 00 73 00 SLTPPLEMENTARY CONDITIONS TO GENERAL CONDITIONS Supplementary Cnnclations These Supplementary Conditions modify and suppiement Section DO 72 00 - General Conditions, and ather provisions af the Contract Docum.ents as indicatad below. All provisions of the General Conditions that are mndified or s�Epplementeet rema.in in full force and effect as so modified ai° supplennented. Afl provisioas af the General Conditions which are not so modif'ied or supplemented remain in iull for�e and effect. Defined Terms The terms used in these Supplementary Conditions which are defined in the Genera! Conditions have the meaning assigned to thern it� tha General Conditions, unless speciiically noted herein. Madiiications and Supplemenfs The foilowing are instructions that modify or su�plement sQecific paragi�phs in the General Conditions and other Contract Documents. SC-3.63B.2, "Resol�ving Discrepancies" Plans govern over Specificatians. SC-4.01 A Ease .ment limits shnwn an the Drawing are appi�oxirnate and were provided to estabiish a bas�s for bidding. Upon receiving the final eaaements descriptions, Contrac#.or shall compare them to t�ie lines shown nn the Cantract Drawings. SC-aA1A1., "Avai[ability af Lands" The following is a lisC af knawn outs.tanding right-of-way, andlor easements ta be acquired, if any as af February � 1,2022: Outsta�ding Right Qf-Way, andloe Easements to Be Acyuired PARCEI� OWNER Ni TMSEIt �nd9an Oaks Subdi�ision Block 33 L.ot 196 Indian Oaks Subdivision Block 33 Lot 3R Tract 2A & A 85 TR 8E City o€ Lake Worth City of Lake Worth City of Fort Worth TARG�'f DA'TE OF POSSESSION 9�$,�Z02'Z 9/8�2022 9/8�2022 The Contractor understands and agrees that the dates listed a�ove are estimates anly, are not guaranteed, and da not hind tJte City. CITY OF k'ORT WORTf3 Comanche Trail - IiRQM STANDARD CONSTRUCTION SP�CIFICAT101V I30CUNfELVT$ CPN: 1 Q3396 Revised March 9, 2p20 OQ 73 00 SUPPLEMENTARY CONI7ITIONS Page 2 of 6 Tf' Contraator considers the final easemenis provided to differ materially from the representatfons on the Contract Drawings, Cantractor shall within five (5) Business Days and Uefa�•e proc�eding with the Work, notify City in writing associated with the di£fering easetnent line locaYions. 5C-4.Q1A.2, °SAvailability of Lands" Utilities or obstr�ctians to be �•emo�ed, adjusted, and/or relocated The fo�lawing is Iist of utili�ies andlor obstructions Ehat have no# 6een removed, adjusted, uid/ar relacated as of February 01,2022; EXPECTED UTILI`['Y AND LOCATIQN TARGET DATE QF OWNER AD,T[ISTII�NT _�ry� � Oncnr ��__ Electrie _.� -- Unknown The Contcactor understands and agrees that the dates listed ahove are estimates only, �re not guarantaed, and do not bind tlie City, SC-4.02A., "5u#�surface and �liysical Cnnditians" The following are reports of explorations and tests of subsuE'face conditians at the site of t[�e Work: A Subsurface Utility Engineering Report No. P2Q0221, dated 06/09/2020, prepared by SurvWest a sub- consultant of Freese and Nichols, a consultant ofthe City, providing additional in�'ormation on snrvey. T17e folio�ving are df•awin�s af physical conditions in or relating to existing su�face and subsurfaee struchtres (except Underground Facilities) which are at or contiguous to tlie site of the Work: Nane. SC-4.06A., "Hazardous Envia•o�ime�t�1 Cnnditions at Site" The following are repoits and drawin.gs af existiug hazardous envit•onmental cot�ditions Iwown to the City; None SC�5.03A., °�Certi�cates of Insurancep7 The entities Eisted below are "additiona! insurecls as their intez•est may appear° inc[uding iheir respective afficec•s, directors, agents and employees. (1} City (2j Consultant: Pap�-Dawson Errgineering, Inc., JQ Engineering, LLP, Steve EuUanlcs �.ngineering, LLC, A]Iiance GeotechnicaR Group Inc. (3) Other: None SC-5.04A., "Cflntractor's Insurance" The limits of [iabi]ity for the insurance rei�uired by Paragrapli GC-5.44 sha]I provade the following coverages foi• nat less than the following amauqts ar greater wliere required by laws and regulaiions: SA4A. Worlcers' Campensation, under Paragraph GC-5.04A. Statutory limits Employer's ]ial�ility CITY OF PORT WORTH Cnmanche Tiail - HROM STANi7ARD CONSTRUCTION SPECIFICA'T'IdN DOCUMEN'f$ CPN: 10339G Re�ised MarclS 9, 2020 00 73 OD SUppLE3viE�ITARY CONDITTONS Page 3 of 6 $100,OD0 eachaccidentloccurrence $106,OOQ Disease - each employea $50�,000 Diseas� - policy limit SC-5.04B., "Contractflr's Insurance" 5.048. Commercial Generai Liability, under Paragraph GC-S.04B. Contractoi's Liability Insurance under Paragraph C�C-5.048., which shalf be on a par pro�ect basis covexing the Contractor with minimum litnits of $1,aaa,600 each occurrence $2,OOO,fl00 aggregate limit The policy must hav� an endorsement (Amenciment — Aggregate Limits of Insturance) making the General Aggregate Limits appiy separately to each job site. The Comn�ercial General Liability Insurance policies shafl provide "X", "C", and "U" coverage's. Verifcation of such coverage must be sho�wn in the Remarl<s Article of the Certifcat� of Tnsurance. SC 5.U�4C., "Cankractor's Insurance" S.�4C. Automob�e Liability, under Paragraph GC-5.�4C. Contractor's Liability Insurance undar Paragraph GG5.04C., which sirall he in an amount not less than t�e foiiawing amounts: (1} Automobile Liability - a commercial business policy sha11 provide co�rerage on "Any Auto", defined as autos owned, hired and nnn-awned. �i,aoo,oaa least: $250,000 $5fl0,000 $100,OQ0 each accident on a. combined single limit hasis. Split i'rmits are acceptable if Iimits are at Bodily Injury per person 1 Bodily Injury per accident 1 Property I]ama�e SC-5.U4D., "Contractor's Insurance" Tlie Contraetor's const��uction activities will require its ernployees, agents, su6contractors, equipment, and materiai deliveries to eross s�a�lroad properties and tt�acks.Nane. The Contractor shall canduct its operations on railroad properties in such a manner as noC to inierfere with, hinder, or obstruct tlie railroad company in any manner whaisoever in the use or aperation of i#sltheir trains or nther property. Such operations on railroad prope��ties may require that Gontract�r to execute a"Right af Entry Agreement" witlti the particular railroad company or companies involved, and ta this end the Contractor should satisfy itself as to tlie requirements of each railroad campany and be prepared to execute the right of ent�y (if any} required by a railroad company. The requirements specified herein likewise re�ate to the Contractar's use of private andlor construction access roads crossing saicf railroad company's properfies. Tlte Contractual Liability eo�erage required by Paragraph 5.04D of tlie Genera! Canditions sha[1 provide coverage for not less tlfan the following atnaunts, issued by coznpanies satisfactoiy to the City and to the Raiiroad Company for a tef7n that continues for sa long as the Contractor's op�rations and work cross, occupy, ar tauch railroad property: (I) General Aggregate; � (2) Each Occurrence: NIA CLTY OF FORT WORTFI STA3�Fi]ARD CONSTRliCTIbN SPECIFICATION DOCLSMENTS Ravised March 9, 2020 Comanche Trail - fIROM Cl'l�f: 10339G aa �a o0 SUPPLEM�NT.47tY CONDITIONS Page 4 of B � Req�ired for this Contract X Not required for this Contract With respect to the above outlined i�suranc� requirements, the following sha�l govern: 1. Wher� a single rai�road company is involv�d, the Contractor shal.l provide one insurance policy in the name of the railmacf company, However, if mor� ihan one grade separat�on or at-grade �rossing is affected by the Project at entirely separate [ocatiaqs on the line or lines of the same railraad compapy, separate coverage may 6� required, each in Ehe amount stated above. 2. Wl�et•e more than one railroad company is op.erating on the same right-of-way or vvhere s�vera] railroad eompanies are involved and operated on their own separate rights-of way, the Coniractor may be required to provicle separate insurance poficies in the name of eacn railroad company, 3. If, in addition to a grade separation or an at-grade crossing, oflier work or actRvity is propased on a ra[lroad company's rigkat-of-way at a[ocation entirely separate fi•om the grade separation or at- grade crossin�, insw•ance caverage for this work must be included in the policy covering the grade separation, 4. If no grade separation is involved 6ut other woelc is proposed on a railroad company's right-af- way, a�l such other work rnay be covered in a single pqlicy for that railraad, �ven though the work may be at twn or more separate locaiions. No �ork or activities on a railraad company's p��operty ta he performed by the Contt•actor shall be cammenced until the Contractor has furnished the City with an origina] policy or po]icies af the insurance iat• each railroad campany na►ned, as required above. All such insurance must be app.a•oved by the City and each affected Railraad Company prior ta the Cantractat•'s beginning work. Tha ins��rance speci�eef above must be carriec! uptil a]I Wark to be performed on the rai���oad right-of-way has been completed and the grade crossing, if any, is na longer used by the Cantractor. In addition, insuranca must be carried durin� a[1 maintenance and/or repair work perfarrrred in tJae i�ilroad right-of way, Sucl� insurance must name the railroad company as t3�e insured, Cogether with any tenant ar lessee of the railroad company operating over �•acks involved in tlie Project. SGG.Od,, °°P�•oject 5chedule" Project schedule sha1l b� tier 3 for the project. SC-6.07., "Wage Rates" The following is tkae pre�ailing wage rate table(s} applicable to tl.iis project and is provided in the Appendixes: 2013 Pre�ailing Wage Rates (Heavy and Highway Construction �rojects) 2013 Prevailing Wage Rates (Commercial Construction Projects) A copy of the tab[e is also avai]able 6y accessing the City's website at: htt s;lla s.forfworthtexas.gov/ProiectResnurces/ You can access t[�e file by following the directoiy path: 02-Cpnst�vetion Documents/Specificafions/Di�00 — General Canditions SC-6.09., "Permits and Utilities" CITY flF FORT WORTH STANDAA[] CONSTRUCTION SPECIFICATION DOCUMENTS Comanche Trail - I�OM Revised March 9, 2020 CPN: l0339G 00 �� ao gUppLEMENTARY GONAITlONS Page 5 of 6 SC-6.09A., "Contractar obtained permits and licenses" The following a�e known permits andlor licenses required by tha Contraet to be acquired by the Contraator: None SC_b,0y�3, "City obtained per�nits and Cicenses" T'he following are knawn permits andlor lices�ses required by the Contract to be acquired by the City: 1. Nane 5C-b.09C. "Outstand'rng p�rmits anci iicenses" Tl�e fallowing is a list of known outstandinn permits andlor lieenses to be acquired, if any as of 06I0912fl22 Outstanding Permits andlar Licenses to Be Acquired OWNER PERMIT QIt LICENSE AND LOCATION TARGF,T I]A'I'� O�' POSSESSION None SC-7.02., "Caardination" The individuals or antities listed below have contracts witL1 the City for the perfarmance of other worlc at the Site: Venda.e Sco e of Wark None Ndne SC-S.O1, "Comnnunications to Contractor" Nonc. Coord�nation None SC-9.01., "City's Project Managar" The City's 1'roject Manager for this Cantract is Mike Bennett, or hislher successor pursuant to written notifcation f�•am ti►e Director of Trarssportation!]�ublic Warks. SG13.03C., "Tests and Inspectians" Non�. SC-fb.4l.C1, "MeYhods and l'racedures" None. END UF SECTION Re�ision Log DAT� � NAME SUMMARY OF CHANG� 9�22�2p18 F, Gri�n SC-9.�1., °City's Project Representaiive" wording changed to City's Projeet Gomanche Traif - HRDM C[TY OF FORT WOi�TH CPN: 1�3396 STANDARD CONSTRUCTiON SPECIFICATI�3�I BOCUMENTS Revised March 9, 202� 00 �3 ao SUPPLEM�tVTARY CQIrIDTTTDNS Fage b of 6 3/91202D I D,V. Maga�ia �SC`s.fl7, Updated the link such that files can be accessed �ia the City's wehsitP CI`I'Y OP F�RT WORTH STANI]ATZD CON�TRUCTION SP�C�FlCATION DOCUMENTS Comanche Trail - HRaM Revised II+Iarch 9, 2030 CPN: IQ33:9G p17100-i SUMM.�RY OF WORK Page f of 3 SECTION 011100 SUMMARY OF WORK PART 1 - GENEI2AL 11 �'C7MMARY A. Section Includes: 1. 5ummary af Workto be performed in accordance witla the Contraci DocUments B. Deviations from this City of Fort Worth Standard Speciiication 1. Nane. C. Related Specification Sections include, but are not r�ecessarily lirnited to: 1. Division 0- Bidding Requirements, Contract Farms, and Conditlons o.f the Contraci 2. Division 1� Generai Requirements 1,2 PRTCE AND PAYMENT PROGEDURES A. Measurement and Payment 1. Work as.sQciated with this Item is considered subsidiary to the various items bid. No separate payment will be allowed fnr this ItEm. 1.3 REFERENCES [NOT USED] 1.4 ADNIINISTRATNE AEQiI�RE1VI�NT� A. Work Covered by Contract Documents 1. Work is to includ� fu�►ishing all labor, materia3s, and equipment, and performing all Work necessazy fnr this construction praject as detailed in the Drawings and Specif�cations. B. Subsidiary Work 1. Any and all Work specifically governed by documentary xequirem.ents for the praje�t, such as conditions imposed by the Drawings or Cantract Documents in which no specific �tem for bid has been provided far in the Propasal and the item is not a typical unit bid item included oa the standard bid item list, then the item shall be considered as a subsidiary item of Work, the cost of which sha11 be included �n the price bid in the Proposal for various bid items. C. Use of Premises ]. Coordinate uses of premises under direction of the City. 2. Assume fuil responsibility for protection and safek�eping of materials and equipment stared on the Site. 3. Use and occupy ot�ly portions oftkse publie streets and alleys, or oiher public places nr other z'ights-of way as provided for in the ordinances of t�e City, as shown in the Contract Documents, or as may be specificail�r authorized in writing by t�►e City. a. A reasonabie amount of tools, materials, and equipment for constructian ptu�poses may be stored in such space, but no more than is necessary to avoid delay in the construction operations. Camancha Trail - HROM Cl`[Y OT FORT WORTFI CP1�i:10339G g"1'pNDARD CDNfSTKUCTION SPECIFICATION DOCUMEN"I'S Revisad December 20, 2D 12 oiiioo-z svMn�ra�tY o� wa�tx Page 2 of 3 b. �xcavated and waste matecials shall be stoz-ed in such a way as not to interfare wiih the use ofspaces that may be d�signated to be Ieft free and unobstructec! and so as no# �o inconvenience occupatt#s of adjacent property, c. If �e street is occupied by railroad trac�s, the Work shall be eartied on in such manner as not to interfere with the operation of the railroad. 2) AlI Work shall be in accordance with railroad requirements set forth in Div[sion 0 as well as the rai�road permit. D. Work within Easetnents I. Do not en�er upon private property for any purpose without having previousIy obtained permission from the owner of such property. 2. Do not store equipment or material on. private property unless and until the sgeci:�ed approva� of the property owner has been secured in writing by the Contractor and a copy futnished to the City. 3. UnIess specif cally grovided otherwise, ciear a11 rights-af-way ox easements of obstructions which must be removed to mak� possible proper prosecntion of t�e Work as a part of t}�a project construction operations. 4. Presetve and use every precaution to prevent damage to, aI1 trees, shrubbery, plants, lawns, fenees, cult�erts, curbing, and al� other types of structures or impravements, to all water, sewer, and gas lines, to all conduits, overhead pole lines, or appurtenances thereof, incluciing the constriiction of temporary fences and ta all other pub�ic or privaie properiy adjacent to the Work. 5. Notify the praper representatives of the owners or occupants of the pu�lic or private lands of interest in lands which might be affec#ed by the Work. a. Such notice shall be made at least �S hours in advanca of the beginning of the Work. b. Notices shall be applicable to both public and pr�i�vate utility campanies and any corporation, com�ariy, individual, pr other, either as owners or occu.�ants, whose land ar interest in land might be affected by the Work. c. Be responsible for all damage ar injury ta property of any character resuating from any act, omtssion, neglect, or misconduct in the manner or m�thod or execution af #he Work, or at any time due to defective �vork, materia�, or ec�uipment. 6, Fence a. Restore aIl fences encountered and remowed during construction of the Project to the original or a 6etter than nrig�na� condition. b. Erect temparary fencing in place of the fencing removed whenever th� VVork is not in progress and when the site is vacated overnight, and/or at a11 fimes to provide site security. c. The cost for a11 fence work within easements, including removal, tempacary closures and reglacem�nt, shall be subsidiary to the various items bid in the project proposal, unless a bid item is specifcally provided in the propasal. C1TY OF FORT WORTH Comanche Trail - HROM STANpARD CON5TI2UCTIDN SPEC]PICATION pOCUMENTS CYN;ID3396 Aevised December 20, 2012 011100-3 SUMMARY D.F W012K Page 3 of 3 1.5 SUBMITTALS iNOT USED] LG ACTION SUBMITTALSIIN�+"ORMATX�N�iL SUBMITTALS jNOT USED] 1.7 CLO�EOY7T SUBNIITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMTTTALS �NOT IISED] 1.9 QiFALJTY ASSURANCE [NOT USED] 1.10 DELNERY, ST4RAGE, AND HANDLING [NOT USED] 1.11 F�ELD [STTE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USEDj PART 2 � PRODUCTS �NOT USED� PART 3 - EXECUT�ON [NOT USED] END OF SECTION Revision Log DATE NAM� SUMMARY OF CHANGE Comanchc Trail - TiROM C1TY OF �'ORT WOFZTH GPN:10339fi STANDARD CONST[tUCT'IOrii SPECIPjCATIQN i70CUME1+iT5 Revised Decamber 20, 2Qk2 oi2soo-i SUBST'1T[1TIQN PROCE]7URRS P�ge l of 4 SECTION 0125 0.0 SUBSTIT[TTION PROCEDi�fZES PART1- GENERAL 1,]. SUMMARY A. Section Includes: 1. The pxocedure for requesting the approval of substitutian of a product that is not equivalent ta a product which is speciiied by descriptive or perfnrmance criteria ar defined by referen.ce to I or more of the followtng; a. Name of manufacturer b. Name of ven�lor c. Trade name d. G�talog nurnber 2. Substitutions are not "or-equals". B. Det�iations from this City of �or� Worth Standard Specification 1. No�ze. C. Related Speciftcation Sections include, but are not necessarily lirnited to: 1. Division 0— Bidding Rec�uirements, Contract �'orms and Conditions of the Contract 2, Di�+ision 1— GeneraI Require;tzients 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment Work associated with this Ifem is cansidered subsidiary to the various items bid. No separate payment will be allowed for this Item, �..3 REFERENCES [NOT i7SED] 1,4 ADMTNISTRATIYE REQjTIREMENTS A. Request for Subsfitution - Ganeral 1. Within 30 days afier award of Contract (unless notecE othert�vise), the City will consider formal requests frortz Contractor for substitution of products in gla�e of ihose speciiied. 2. Certain types of equipment and kinds of material a.ra described in Speci�catians by means of xeferences to names of manL►factur�rs and vendors, trade names, or catalog numb�rs, a. When this m,ethod of specifying is used, it [s not intended to exclude frqm consideration other praducts bearing ather manufacturer's or vendor's names, trade names, or catalog numbers, provided said products are "or-equals," as determined by City. 3. Other types af equipment and kinds of material may be acceptabie substituiions under the following condiiions: a. Or-equals are unavailabte due to strike, discontinued productian of products meeting speci�ed requirements, or other factprs heyond confrol of Contractor; OP, CiTY OF �ORT WQRTH Camanche TraiI - HROM STANDARD CONSTRUCTION SPECIFICATYON DOCUM�NTS CPN:103396 Revised 7uly l, 201 ] O12500-2 SUB5TITClTTON PROCEDURES Page 2 of 4 b. Contractor pz'apases a cost and/ar time reduction incentive #o tha City. 1.5 SUBM�TTALS A. 5ee Request for Substitutiol� Form {attached) B. Procedure for Requesting Substitution 1. 8uhsfitution sl�all be considered only: a. After award of Contract b. LTnder the conditions stated hez'ein 2. Submit 3 capies of each written rec�uest for substitution, includ�ng: a. Documentation 1} Complete data substantiating cQmpliance of propased substitution with Contract Documents 2) Data relating to changes in canstruetion schedule, when a reducfion is proposed 3) Data relating to changes in cast b. For products �) Product identification a) 1Vlanufaetuz'er's name b) Telephone nwnber and repres�ntative contact name c) Speciiication 5ection or Drawing reference of originally specsfied product, including discr�te name or tag number assign�d ta original product in the Contract Documents 2) Manufacturer's literature clearly marked fa show compliance of proposed product with Contraet Docu:ments 3} Itemized comparison of original and proposed product addressing product characteristics including, but not necessarily limited to: a) Size b) Composifion or materials of construction c) Weight d) Electrical or mechanical requirements 4) Product experience a) Location of past projects ufilizing product bj Name and telephone number of persons associated with referenced projects kr�owledgeable cone�rning propos�d produc� c) Avaiiable field data and reports associated with proposed product 5) Samples a) Provjde at request of Ci#y. b) Samples become the property of the City. c. For construction znethods: 1) Detaiied description o.�proposed method 2) Illustration drawings C. Appraval or Rejection 1. Written appz'oval or rejection of substitutian given by the City 2. City reserves t�e right ta require propased product to comply with color and pattern af speGified product if nec�ssary to secure design intent. 3. In the event the substitution is approved, the resulting cost and/or fime reduetian will be documented by Change Order in accordanee with the General Conditiflns. Comanche Trail - HROIvl C1TY OF FORT �[+OItTH CPN:103346 STANDARD CO1+fSTRiiCTION SPECIFICATIb1V DOCUMENTS Reuised 7uiy l, 20] 1 412500-3 SUBST[T'[7TION P�OCEDURES Page 3 of 4 4. No addiYionaI contract time wi11 be g[�en for substit�tion. 5. Substitution will be rejected if: a. Submittal is not through the Contractor with hls stamp af approva] b. Request is not made in accordance with this Speci�cation S�ction c. Itz the City's opinion, acceptance will require substant3al revisian of the origina] desi.gn d. In the City's opinion, substitu#ion will not per�orm adeqt�ately the function consistent with the design intent 1.6 ACTIQN SUBMTTTALS/INFORMt1TIQNAL $UBMITTALS [NOT USED] 1.7 CLOS�QUT SU$MITTAL� [NOT USED] 1•S MAINTENANCE MATERIAL SUBMITTALS jNOT USED] 1.9 QUALiTY ASSiTRANCE A. In making request for substitution ar in �sing an appro�ed product, the Contractor represents that the Contractor; 1. Has investigated proposed product, a.nd has detennined �zat it �s adequate or superior in all respects ta that speci�ed, and that it wi11 perfoz'm iunction for wlzich zt is intended 2. Will provide same guarantee far substitute item as for product specified 3. Will coordinata insta2latton of accepted substii�tian into Work, to inclt�de building modi�cations if necessary, making such changes as may be required for Work to be complete in a1I respects 4. Waives all c2aims for additional costs refated to substitution which subsequently arise LIO D�LIVERY, STORAGE, AND HANDLING [NOT USED) 1.11 T`IELD [SITE] CONDITIONS [NOT US�D] I.I2 WARRANTY [NOT ilSED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED� END O�+' S�CTION C1TY OF PORT WOR'�'H Cpmanche Trail - HROM STANI�AF{� CONSTRUCTION SPECIFTCATION DOCUIvIENTS CPN;103395 Revised July 1, 2011 o i zs oa - a SUSSTITUTTON PItOCEDUI2E5 Yage 4 af a EXHIBIT A REQUE�T FOR SUBSTITUTION FQRM; T�: PROJECT: DATE: We hereby subrriit for yaur consideration tlte followir�g product instead af the specified item far the above project: SECTION PARAGRAFH S�ECIFIED ITEM Proposed Substitution: Reason for Sul�stitution: Include complete �nformation on changes ta Drawings andlor Speciiications which proposed substitution wiil require far its proper installation. Fill in Blanks Below: A. Will the undersigned contrac�or pay for changes to the buildit►g desi�, including engineering and detailing costs caused by the requested substitution? B. What effect does substitution have on other trades7 C. Differences batween proposed substi�.ition and specified item? D. Differences in product cost or product delivery time? E. Manufactur�r's guarantees of the pz'oposed and specified items are: Equal Better (explain on attachmenf) The undersigned states that the function, appearance and quality ara equivalent or superinr to the specified item. Subtnitted By: For Use by City Signature as noted Firm Address Date Teiephone For i7sa by City: Appraved City � Recommended Not recommended By Date Remarks _ Recommended CTI'Y OF FORT WOR'CH STANDARD CONSTRUCTION 5PECIFICATCON AOC[TMENTS Revised 7uly 1, 2011 Rej ected Date Recazved laie Gomanche Trail - HROM CPN:103396 O1 31 19 - l PItECONSTRUCTTON MEBTING Page I of 3 SECTIQN 0131 19 PRECONSTRUCTION MEETING PART1- GENERAL 1.1 SUMMARY A. Seetion Inc.ludes; 1. Pravisions for the preeanstruction meetin� to be held prior to the start c�f Work to clari�y construction cantract administratior� procedures B. Devia#ions from this City of Fort Worth Standard Specificatian 1. None. C. Related 5peci�cation Seefions include, but are not nacessarily limited to: 1. Division 0— Bidding Requirements, Cantract Forms and Conditions af the Contract 2. Division 1— General Requirem.ents Z.2 I'RICE AND PAYMENT PROCEDURE,S A. Measurement and Payment 1, Work associated with this I.tem is considered subsidiary to the various items bid. No separate payment wi]] he alIowed far this Item. I.3 REI+'ERENCES [NOT iTSED] 1.4 ADMINISTRATNE REQUIREIVIENTS A. Goordanatian 1. Att�nd preconstruction meeting. 2. Repxesentatives af Confractor, subcontractors and suppli�rs attending meetings shall be qualified and authorized to act on behalf of the entity each represents. 3, Me�ting administered by City may be tape reco.rdeci. a. If record�d, tapes will be used to prepare minutes and retait�.ed by City for future reference, B. Preconstruction NIeeting 1. A precpnstructian me�ting will be held within 14 days af�er �he execution of the Agreement and before Work is started. a. The me�ting will be scheduled and administered by the City. 2. The Project Representative will preside at the meeting, prepare the notes ofthe rrzeeting and dis.tribute copi�s of same fo all participan.#s who so request by fuI7y campleting the a�tenclance form to be circulated at the beginnfng of the meeting. 3. Attendance shall include: a. Project Representative b. Contr�ctor's praject managar a C.ontractot's superintendent d, Any subcontractor or supplier representatives whoitn the Contractor may desire to invite ar the City may request C1TY OF FQRT WORTH Comanche Tt'�il - HROM 5TANDARD CONSTRUCT]OI�( SPECIFICATION DOCUMENTS CPN: L03396 Revised August 17, 2012 013119-2 PRECONSTRUCTIQN MEETING Page 2 of 3 e. Other City representatives f: Others as appropriate 4. Construction Schedule a. Prepare baseline construction sahedule in accordance witia Section Ol 32 16 and provlde at Preconstruction Meeting. b. City will notify Contractor of any schedule changes upon Notice of �reconstruction Meeting. 5. Preliminary Agenda may incjude: a. Introduction of Project Personnel b. General Description of Project c. Status af right-of-way, utility clearances, easennents or other pertinent pert�its d. Contraetar's work plan and sch�dule e. Contract Time f. Notice tq Froceed g. Construction Staking h. Progress Fayments i. Extra Wor� and Change Orde r Procedures j. Field Orders k. Disposal Site Letter t�or Waste Material L Insurance Renewals m, Pay�roll Certifieation n. Material Certifications and Qualily Control Testing a. Public 5afety and Convenience p. Documentation of Pre-Consiruetion Conditions q. Weekend Work Notifieation r. Legal Halidays s_ Trench 5afety �'lans i. Confined Space Entry Standards u. Coordinatian with the City's representative for operatjons of existing water systems v. 5torm Water Pollution 1'revention Plan w. Coordinatian with other Contractors ` x. Early Warning System y. Cantractor Evaluation z. 5pecial Conditians applicable ta the project aa. Da�mages Claims bb. �ubznittal Procedures ce. Substitutian Procedures dd. Correspondence Routing ee. Record Drawings ff. Temparary canstruction faci�ities gg. MIWBE or MBEISBE pracedures hh, �'inal Acceptance ii. Final Payment jj, Questions or Comtr�ents Comanche Trail - HROM CI'1'Y OF FORT WOl2T�i CPid: ID3396 STAN DARD CONSTRUCTTON SPECIFICATIOf�i DpCU114ENT5 Revised August 17, 2012 0131 19-3 FRECONSTRUCTION MEETING Page 3 of 3 1.5 SUBMITTAL,S [NOT USED] 1.6 ACTION SUBMITTAL5/INFORMATIONAL 5i1BMIT'�ALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.$ N.[AYNTENANCE MATERIAL Si1BMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELTVERY, S�'ORr�GE, AND HANDLING jNOT USED] I.I1 FIELD [SITE] CONDTTIONS [N�T USED] 1.12 WARRANT�.' [NOT USED] PART z - PRODUC'TS [NOT IISED] PAHT 3 - EXEC.i]TION [NO'Y' IISED] END OF SECTION C1TY OF FORT VI�ORTH Comanche Trail - HRQM STANDARD COI�lSTRl7CTIdI+1 SPECIF�CATIDN DOCUMENTS CPN: I03396 Revised ltugust 17, 2Q 12 oi3�zo-i PRq7ECT MEE'C'INGS Page ] of 3 sECT�oN ai �� Za 1'RO,TECT MEETINGS �S�aecifier•: This Spec�fication is intended far use on pr•�jects designated as Tier 3 or Tier 4.� PART 1- GENERAT, 1.1 SUMMARY A. Section Includes: 1. Provisions for pro}ect meetings throughaut the construction period to enable orc�erly review ofthe progress of the Work and ta provide for systematic discussion of potential prablems B. Deviations this City of Fort VJorth Standard Specificatian 1. None. C. Related Specification 5ections include, hut are not necessarzly Iimited io: 1. Division 0-- Biddin.g Requirements, Contract Fornns and Conditions of the Contz'act 2, Division 1--- General Requirernents 1.2 PRYCE AND PAYMENT PROCEDURES A. Measuxerz�ent and Payment 1. Work assaciated with this Item is considerecl subsidiary to the various items bid. No separate payrrient will be allowed for this Item. 1.3 REFERENCES [NOT USED] I.4 ADMINISTRATNE REQUIREMENTS A. Coordination 1. Sehedule, attend atid administer as specified, periodic progress meetings, and specially called meetings throughout progress of the Wark. 2. Representatives of Contractor, subcontractors and suppliers attending meetings shall be qualifed and autharized to act on behalf of the entity each r�p:resents. 3. Meetings administered by City may be tapa recorded. a. If recorded, tapes �rrill be useci io prepare minutes arid retaizaed by City for future reference. 4. Meeiings, in addition ta those speci�ed in this Section, �nay be held when requested by the City, Engineer or Contractar, B. Pre-Construction Neighborhood Meeting 1. After the execution of the Agreement, but before construciion is allowed #o begin, attend 1 Pu$lic IVleetir►g with affected residen�s to: a. Present projected snhedule, including canstruction start date b. Answer any constt'uction related questions 2. Meeting Lacation a. Location af ineeting to be determined by the City. 3. Attendees Comanche Trail - HROMI C1TY DF FORT' WORTfl CPN;103396 STANDARD GONSTRUCTIDN SPECi�'ICATfO�T DOCUMENTS Revised July l, 2011 013120-2 YTi0J6CT NIEETINGS Page 2 of 3 a. Cantractor b. Project Representative c. Other City representatives �. Meeting Sch�dule a. In ge,neral, the neighborhood rneeting will occur within the 2 weeks folIowing the pre-constructian con%rence. b. In no case will c�nsfruction be allowed to begin until this rneeting is held. C. Progress Meet.ings 1. Farmal project coordination meetings will be held periodicalIy. Meeiings wi11 be sched�.led and administered by Praject Representative. �. Additianal progress meetings to discuss specific topics will be conducted an an as- needed basis. Such additional meetings shall incl�.de, but not be limited to: a. Coordinating shutdowns b. InstalIation of piping and equiprnent c, Coordination between other construction grojects d. Resolution of construction issues e. Eqi�ipment approval 3, The Project Representative will preside at progress meetings, prepare the notes af the meetin.� and distribute copies of the same ta all participants who so request by fully completing the attendance form to 6e circulated at the beginning of each meeting. 4. Attendanee shall includ�: a. Contractor's project manager h. Contractor's superintendent c. Any subcontractar or supplier represen#ati�es whom the Contractor tnay desire to invite or the City rnay request d. Engineer's representativcs �. City's representatives f. Qthers, as requested by the Praj ect Representative 5. Prefiininary Agenda may include: a. Review of Wark progress since previous meeting b. F1e1d observations, problezns, conflicts c. Ttems which impede construetion schedule d. Review of off-site fabrication, delivery schedules e. Re�view of construction interfacing and sequencing requirements with other constructinn contracts f. Corrective measures and procedures ta regain projected schedule g. Re�isians to constructinn schedule h. Progress, scheduie, during succeedin.g Work period i. Coordination of schedules j. Review submittal schedules k. Maintena.nc� of quality standards 1. Pending changes and substitutions rn. Review praposed ehanges far: 1} Effect on construction schedule and on completion date 2} �ifect on other conixacts of ttie Projeet n. Reviaw Record Documents o. Revlew monthly pay request Comanche Trail - HRQM CITY OF FORT WQRTH CPI�I:10339G STANDARD CONSTRUCTION SPECLF[CATIOIV DOGUMENTS Revised iuly 1, 2p l l D1312�-3 PK07ECT MEETINGS Page 3 of 3 g. Raview status of Requests for In�ormation 6. Meeting Schedul� a. Progress meetings will be held periodically as determined !�y the Project Representative. 1} Additianai meetings may be held at the request of the: a) City b) �ngineer c) Contractor 7. Meeting �.acation a. The City wi11 establish a meeting location. 1) Ta the exteni practicable, meetings wil� be i�eld at khe 5ite. 1,5 SUBMITTALS [NOT USED] 1.6 ACTION Si1BM�TTALSIINF4RMATIONAL �UBMITTALS [NOT USEDj 1.7 CL05EOIIT STJBIVITTTAL� [NOT USED] 1.8 MAINTENANCE MATERIAL �UBNIITTALS [NOT USED] I.9 QUALITY ASSiTRANCE [NOT USED] 1.10 DELNERY, STORAGE, AND HANDLTNG [NOT USED] 1.11 FIELD [STTE] CONDXTrONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OP� SEC'T�ON Comanche �'rail - HROM C�'Y OF FOTZT WORTH CPAi:14339b STANDARD CONSTRUCTI(3N SPECiFIC;A"tI03v DOCUMENI"S Revised 7uly 1, ZUl l O1 321b,1 CONSTRUCTIONFRQGRE55 5GHEDLJL�—BASELINEEXAMPLE Page f vf 5 1 s�cTroN ax 3z x6.i 2 CON�TRLTCTIQN SCHEDULE — BASELINE EXAMPLE 3 PART 1 - GE1v�Rar. 4 The folfowing is an example of a Contractor's praject schedule that illustrates the data and 5 expectation far schedule content depicta�g the baseline �or the project. This �ers.ion of the 6 schedule is referred ta as a"baselitze" schedu�e. This �Xample is intended tQ provide 7 guidance far tha Contractor when deveiopfng a:nd submitting a baseline schedule. S�e CFW 8 Specification OI 32 16 Construction Schedule far datails and requirements regarding the 9 Contractor's projectschedule. l0 1] 1Z 13 14 15 16 17 TS 19 2a 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 C1TY OF FORT WORTH Comanche Trai] - HROM STANDAitD CDNSTRUGTIQN SPECIFICATIONDOCUMEN`1'S CPN;lfl33�6 Revised August l3, 2021 O1 3216.1 CONSTRUCTIQN PROGI2�5 S SCHEDUI,1�— BASELINE EXAMPLE Page 2 oP 5 1 � � � � � � � �' � � � � � � � � � � � kl� ���° R� � � � �- � � �[� L�. " ' F"` '� � li � � rt �W � � a � � � � 0 a u � � r� � k � � 0 P r 0 .P � S�I �� � {7 � ,, d,� �� � �Y «i�: � � ��' �M1 i3 ii �l r�tli .� � �d ud �� : r'3 ��� �I � � ,ti�aa FJ A 6 ;'�F1 f? :: :k . Q' .» �i�o ^ ~��1}lu 9 � ' � Y�l{d.I. �i'i. � � a� � i ? �;� �i . � �4�:: F� �;k;�� �s iLiu � ��� ��� 7��� � µi�ii iil� .i�� � � s, ,y u� ,_ _�q � y � � i�i I � I � � V ' � � � aY FJ � � �I 5 �, �;� � � � T �� �� �� .;�� �� ���k. n� �ti;�;'�� �u����ul. �7A`���. � �'� '� �! C;i�iil'F !] IFl m,��� �! �;�:7'���,' :'�.J � , K� .;�� ,_ � „i�. €���,� �:..;� � vi�.L: � � a' �=���� � � � � . , i;:t�x �I I � � 3 I � I � I {' �� I ' �{ i ry I � µi�a� ia lR ..� .�.�+ u I� � �i � I���L� aY { �� 4+ �� { p �y '{ y� ri��� I'F � n�i.�a n��.�r� WG A��'I .�m.F�IK Ilit � I'��IL:f1 O . . . ' I I � ' �� I �� .d� ql isla. �n � n In o I'� �� w� r�, � � �:�. ��; r-'I�;�� ry;�:n �� n`�:,n : ���, �6�� : .��x:'A .� � ^!s �� r.i u� u yl ��T wrlo�n�a o sln � n;o n w�� .�'-: �u t u"'�� ol � ,� a+� �� � u y I�ry�d M�. . 1 � il �I i'e fi �f fu F. � ,f"� t ' . � y � �+�'' b � �� T� �� � � 7 �i �.ci �a [7 � vi y�"{ �� 1���, � � ,T �,�:. � i5i��„ y„� �4' 4'��I�:��,' d ,,, I r ; �. ..i %i a ' + ,� ii ' � •+ '.a% � ii'eri�j t . � �+�� �' i :: �{ ti�a��. r � M1 � ��. "' ^I+ � a �., mr� m'm�A .� ..s '.,IW ��4 � rrl{i {� •' i' 4'rvl ii � . .S� u ±In il '��fi.�� � ri F� 'IF}� U , {l�, l.; - �� w — � ��q'����;i�'�� �9�;���'i����# ,. ��x��a����.;�,��;�� :h�,���� �'�R���!�� ., _ . � u,�-' -; . . �'i I ' I., � 1� i�fl LI I� ut ��III�'�' TJ n- ., �� u�R �i ,.Inl}� �rl.YY ii1 �'niV O$ I'.� � �I! � u �a I � Iy �� wi 4'�'fi �' � �. i�� i+�8 u_��� 4. �i '�F � ii �� � i�'L �� u4 4 I i I I I I � I � I I I I ' � I � I �� I x I , ( 1 � ��- �-�';;I� � � � � I`� F �`" ��[i � '�. C. I� G: 'Y U.�y , � ' i�� � 1, sl �` -0. i* r. I n � I� ^ ���. �''y rl� � " .,'� ;� � u � �3.9 N u � � 7� .i E �i�i -� _ n 3 � ��;n w ,�g�.y' E ii'� �'Iri' � yi �' �� i.: � , � }� : ''n. g t� � � r �'i i � � � a % f � ii � �;'N �s � � ni� �;{1 i � di "I A�1�� F U: �i w Y.: } F� `d . shy � ��o oFpin � ' ='Iw��.l e � � � u5� ci � i rt+� �nF C �n�� � /a'�I � � � � r� nI +^ilii +l � a3 i5 n.rl�� �F � L�� .�' i I 3 a = I *, : �, , ,� . C1TY OF �'ORT WOIt'I`H S"1'ANL)ARD C01+1S7'RUCT'IDN Sl'ECIFIC.ATIqN flOCUMENTS Revised August 13, 2021 � Q � Y � � � �" �� S,i�! � 1"F�S � � � F+1 t-1 '� SJ � � � 44 � � p, a: �� � � � � �� \ �i1� � � � � � � � � � � � 4 � � $ � G�k � � � � � �� � � � � I � I Comanche Trail - HROM CPN:103396 O1 3216.1 COT�ISTRUCTIQNPRpCrRE55 SCH�DULE—BA5$LINEEXAMPLH Fage 3 of 5 � � � � � � � �' � � � � w � � .� s� � � � � � � . �s � � � � l �� � �� ,.���� ,, � ���i��� � :,.� .,����,� �,;,,-� ��� � �i�;� � _ ��. , � � �S � . : I �� �xi�a �, �N .I� � L I � .. ��� rv, ,,�. ���i ., � . !Si;i� . id��!�� � �;°i' rvr� ,-r ,� }� "* .K,� � � �' I I �, ' � � A � si i � , � � � ��r �' �:� �i�,�� : �� ;s � ti &�� � � '�,� � m�.i�:,;� �; �I a:;"�;,m:a.;�; �� k�'�I�;� �� wltr �� o., �'..�.� �arw''i� ���?�.F��.�,y ., . �� ���.� � �Ir�'.m�, � f �{� u � ��`}� a � I.l'�r Yi - �I �<u � �,;� ; , �IW 9�r •, F �'�.I :;� �.� ��:�; �a��,!H :' 1! `�� � S� n��;�� 7�; �''� h� n ��It � d� � zry�.41wg �sg, � r� '� i,� n 5� �'�' �i�i� ��.t`� '� t n�n j. � � T'k �i � .f I i � y' 1 �� .. = F� �i��' :.I�� :�:. . +i'eilii #i �L ii ., �. . �J ra � e� � p a+ i ai �b IX] ml rt�a .. I'i ip vi fi � 6� �� �FA fT ?' r� :��� �v �� ��� s;'a a;l .F. .'�ai:nl�, �� t� �y� i ` ':� ,iw° ;I :: � � ��..y��Gf� k � �' �' � `� �, j l. � {' . ' �' ;++ �' � � yyu� u � J'iY'� V �^4I�' � � �I � j,f� � �� ��� � � � � a .���� `� r` ��'n "' �� � «�' ,�I�� ;: i;�.i t� �� :sv ~ � I r i � � �o � �, � . 4� �`i oiQ'ii ��,i:res°� �'� , � �� nW u'F� '� � +� I � ; .,I,� , I� �„i�.ir��;�� rj••�� r� ����t � r,�r�:,n��i � � r: � �o „ � � - � , � I i I i ! I � �fµ I i � : Fi �: � y � i : i S •1�N ; I ��� a J; J {l ti�w � � � ��'{ $ ,*,�''y� � 'y'' � �I '��_'i 9 ;� �� � � ;� � i�' e ����' ¢ ! ; I n y � � ` ' I � � ; 1 I� . � �' jj°�� � � I �^� ��=1� �;F 7i�n�_ r n i. � �,4 ., i :j�i a J �;y�n � +�i�u" � � '��4 � � � �" d ��'�� e �� ��..,,a.in. � F.'��` ;. e °� Y t yF � .�1 ��� h� •5 G, �4 �.i. l � �' 1 �� 1 � 7 � I � //J 6 ��i�� 4. � � �I ! '� � i�� ., a ._ .a� ca u' I � o P Ka a c.: c� � � �R�!� rl,� PI.'i' ,� � :���} a y ',=1�!'�� .A �:i�!''� r� � ;d � ;�J n=i i�� � a��%+ � �t�., � n . � I � � � I I a. CITY OF F�RT WORTH STANI?ARD CdNSTKUCTIbN SPECIFICATION DQCUMENTS Re�ised August ] 3, 2021 �. i� i m f'�� � '� �' n� I � lo � o �i mi �� � y �n m in a1 �°f � �ii .a i C+ i ,� ��� �;ti f „� � ,;� ry ,�e � �j� .�.� ���w� 4'��5� ��ry � --' :+,� � � F' ��`.?i q � i o i' :~i:���' -` I I �I � �: � � �.r,. � � u'� � ;. 3 t. � F � I J�, ��i �' ii �ti.�i� �i b �li��C'�ii I� �� ��r �i.�W��: ----�-- -----• � � --•— -�# --� I � •------ � --�------ I � i � �--- --• . I� ..�u il'.'J u �mr. � :� � R �' � ti m � � � �4W � � � y � � � „i � � `� � n ., ,,, �� �, � � il � � � ,���+�8� �'� i - _ •� �r � � � . , .- � �,y P .,,� � ea� N �j rfg i� 'i �9� dJ Y_ {! �� � �%f ,��,. 7 : ? } � : '� � n � � � ', R � i„�µ � � � .� � .� ��� ` � � � �� s.� n � �. g } � �` �� ��„ � �� �w � Y" a 'r � � � L ; � ,� k. ,� tl Y , ta w � � ;; � p ��`�i � , ,�;� r p � i � • � � � � L � � � ;� � � c.i �� � � � � Comanche Treil - HROM CPDI:103395 O1 32 16.1 CQN5TRUCTION PROGRES S S CI-IEDULE — BAS ELjNE EXAIv1PLE Page4of5 Comanche Trail - HROM C1TY OF POItT WORTH CPN:103396 STAN[7ARD CONST1tUGTION &PEGIFICATION DOCUMENTS Revised August13,2021 OI 3216.i CONSTRLTCTI�N PROGIZ�SS SCHEDULB--SASELiN� EXAMl'LE Page5of5 1 � oF sECTTON Revision Lvg DATE NAME Si7MMARY OF C�IANGE July 2Q, 20I8 M. darrell InitialIssue May 7, 2Q21 M pwen Revised name dUe to revising theschedule specification Comanehe'i'rail - HRdM C1TY O�' PC]RT WpRTH CPN:1Q3396 STP:NDARD CONSTRUGTION SPECIFICATION DOCUMENTS Revised August l3, 202 l O l 32 l fi.2 CO�+fSTRUCTTbN PROGRES S 5 CHEC3UL8 -- PROGRES S EXAMPLE Page 1 af q � t SECTION O1 3� 16.2 2 CONSTRUCTION SCH�DULE — PRQGRESS EXAMPLE 3 PART 1 - Gr+.NFRAI, 4 The follawin� is �u� example of a Contractor's project schedule that illustrates the data and 5 expectation for schedule co�tent depicting the progress far the praject, This version of the 6 schedule is referred to as a"progress" sch�dule. This ex.ample is intended to provide 7 guidanc� far the Contractor when developing and submrtting aprogiress schedule. See S CFW Specificatian O1 32 16 Construction Schedule iar detai�s and reauirements regarding 9 the Contractor's project schedule. ].0 11 12 13 14 1S 16 17 18 19 20 21 22 23 24 25 26 27 C1TY OF FORT WORTH STANflARD CONSTRUC'I'ION SP�CIFICATI0IQ DOCiIMENT5 Revised August l3, 2021 Camanche Trail - HROM CPN:1D3346 O1 32 16.2 CONSTRUCTI{)N PAOGRE55 SCFiEDUi,E—PROGRB55 EXAMPLE Page 2 of 4 eo � � � � � � i� e� � � � � ,� ,� CL. � � � � � 4i' � '� � � � � � � � � � � � L': C�"i= ia � � ry �'o d;d� o , i� � � � � . � a:�'•:7 `}'n � L �� �� i � �' �� w ,l+ +5. rn � w � .�" +. � �'���K. l [ � "-` � r'r �p z � �i' ' I F� �;�`r �� � ;;.�; � �'�;� �� �'��� ��€i�'� , . I , �' � i in m ��. �� � � ��� �;��� . . .��ri w � u� ,� a 0 � � .� � � ti � � � � � ut u� ii. �P d4.. ii. i�� � ii �'� ��i i� i1 �{ �;f���,� ���;� J ��i i! �' �7 .' " :r;�l�� � �,.�� � .r �.���a ea �.I; � � , M r il � �,� '�I �f I �i �� �� �� � ��� �� � u I F � ti ���,_ ��E � „ ���F �,��,u���� ��� hi iT � F 7 , '� � ;, � � �,� [l i5 3 Y] �:I:I�,� a�� ul �w �tiii i� iU �• fa�cv�n��. �4 14 .4 tvtrvl[4-�['i�AV F1 i# 41 CY tH N i41�� r+ {Y PJ [Y I � ' �� a r.l� ,� r-, R S:i�i�'��+7 $ i. F� oloi.� o u �,- �" in' 4: �:; �. E_f4_i� rJ a,..� n t �.� �� .� m �!.� .� ..� �. ..� .. �_;���:.� ��'�� �.- t+ � �a w -i ff, �� o �� m �l��l�l 9S]}]"r ;;fl-"'u�i'+:'' "`-�;�`",�;f�i,��,�w� ���"� a.� � Ij� y�� i r��, y�.i'�� �� �'�f��� ^�'� �� g�' {{� n +� �ii o � I-F .f�� � -�#i�{�� �.� :L �L � _ * y �' i � i� � ii. ry � �n.� i � � .. - ' � - . � � .'1 '�:V � v Si " r` _ _ tIl „_� - � .Y ���'v� M1 �Li nt r���� , r ^ u x� t�..� +� ri .q �: '� . ,.,,. i� �� � ��j.l.���r",� 4� ii'�� "i �i'�'� �� r.�^��?� 4�� �� �.� q� �a �l; I� ' m_ �:� � 5��;�� . � +� ir I�I � �._ ��� �;�:��� .�r.f��� r ��"�*�_�,`,�1�V��;� n �o o ��'r� �� %� - - .?�.I Sl �� i�� � �� �7�1 �..r � � id o m � �j - i,y ;j ."i `s' i�Ia.-�'*� :�.k'�7.1 ,l -� - -1� �� ��I }l ".�'�, � � 2:IE�{'�� �,+, � � `�`�ay � I�.��� � -�`J .�j �:n •7• � 24 '':���� �?:,� S�� ti� � � � �'r` � �, � �� . �. �:' ;�i .i ��' C��;i �-'.}��\ S �'� � f' �� II �. w ' "!� .i �� �- � � ��.� ,� ` � �• ., .I� � + i• . ..._.. n n p� n � � ! •q m a� �.i .� w � � 'I il ! il'� �.�y�{ y � • R'•� ' 6 '] •"�{I'Cs' ''�!i� ��'`-"'�J� }� '� i.� '*�.� ����� ��'i,�i r�l �1� � � � �'� ��� � � � �'�;�. � � �:'I ���I� � �'�� � � � '�' � �I.,,,�� ,^ _a ri.i �:r� i"i u�;i� i.l .'i..� � �. 1� �'� ,:! � M �� ,�I . . . . : � �4 f F��,n�sr n'� n'�'n�n n'o .{-., o n�i i�.� �a a���E � ia � i I � � � ---_. "i Ni � ����i.����. ,� � �. ��}��;;i., J �I�i�.��4. .n }� !� ��� � � � �lu�� +* „t vs I R, +`� �la,iji�i.i� w, �,��nlii�:'I., `" � �la;'� .n :� :1��n v� �y � � u.� y v m i I 3 I � i � I f � I ��� � ; �� '�'� I I" f�!� � f§ � �.h � ,�+,,'''� � u'�,! � ��1`�Cy I�'�k ��j}���} �:IIµk ppF�,�n.�p� i7 � � �11.� � I�.f�l�ll �� {� F1 � �'�I�+�II �} � y � � �� C I �� �h M � i�-�I^l � � u��::��� � �i�i��� ;��:i � ; :i,� ry I I � I ' i'r .� , � � ;'!!R � I h i "� � � � ;s�� `�� �H��a� �� s`� �; �� � � � "��� � � � ? � � � ��u M1 � � I I � � �ri� 4 3iibr0. r+j ��'ambdi6���� i m �i � —" � � � � � lw+� � � � � � � � �� � � � � M�l � �� Q� .� �� %� i� I � � � � � �� .�� � � � � � � � 4�.7 V �v� �� � � �` � � � � � ,� .� � � � � � � � ' Comanche Trail - HROM C1TY OP PORT WORTH CYN:1D3396 STANDARI3 CONSTRUC�['ION SPECII'ICATIOl� DOCUMENT3 Revised August 13, 2Q21 Ol 32 1G.2 CO�fSTRUCTION PROGKESS SCHEBULE- PROGRSSS EXAMFLE Page 3 of 4 1 2 c� qy CU ,� � � � c�t � � � � a � .�. LL � � � � � � �1 �p� 1i� �� q4 LSr � �� � � ��' � U �' �. � H �I r� tll�.� .. -i rl :V .. i'I��iif�i M.^. : 1! 1Y ri':ii.-f`:'73M I �' � Ir;4 �i r4..� .�.��� ��oa'��� c��„�_ . � . .ry a. �.ry� Y� �i oa iii w�� .� .. i� u t. ia� i_ �� �1� r '" o y�oi �� � "�f'�} 7 `�ii � .; �74'i �-J'.� �� �,������ a�:�'� f �� � �,� ���.�� �" }, � � �' ��' �' ' '? �; { �-. �.I �I i3'eF�S1 +'r�i � r, — � :i:�l � ' �, �,:'.� .� :�- w .. ., �, m w u, �: �r� -n �. -' .,� �,:' : t, �� c�'� 9 a', o �F1 r�^, d'�i: �[��J�:'�a ]i kf �' �� t. .� {,ryJ,+, ;, zr , Ili� V � Y L � � �'rt � �i L�f ,y {�S t-� � � ���` � � � 4 � � - � � � it= G.��'.�'�sVN'N.v { ��,� .� �s w M �o- {�..��i, � m w��� ,i m rn .,� �,.:�� .�. �:' ;, ��;� r� � }I �1 x: kl 2� � � � ��y' ��� � i 11 }i �;;) .'-r J� i� h J �( j� I� Ya 8 i� � � Y S� i�{' ��',�i :� � 4 �� �! o �4 4' � � �' � 7 7 7� . :i � If, � � � ��i. 4'� '��1 .: 9 Rs :�' l. , =" 3.S z-0 � � � w V'a� �, �' nu �� u� �� 4� ��� �. .,� r. �. s+� n� tJ1 �� �����TI .. „ ���r y � ;�,y,,`y. L � J` p�y '� Jy�� ` 4 � Lry r' U`{ t� � 1�1 � I� i t'i �{� ti 1 ti L I� LJ LL r,'� ir. dr � '�' �;'.I'.:, ��; ��.1'� �.� 3'1 :;.";'�� �' �''�'E�fl� ri'����'L�' ���a'�a�� � .� � y}�lil �i Pl � i°i4IFl� � N�� rt �� �� �F.� ��I�F }i'�r i i � Ihl�.� M 4Y K.. fJl� �iYrl� Fo ��V„�I+J��y ;�.�.liil�lm a I i I � �I i �i I� �Fi' � � ,S �L. � � � I b� n � �� €; ��,. � � I � ;�^��a�"' � R' � �..� I :� �I"��'�'� �'��*��ia �� '��"� I������ ��;�,�.��,e ���'!;''ii I a s�'i. �KF 7"9���" i5�l�ir�u�Ci M � 6� 4 I �,���,>R� ;?r�i��:'������C��i�:����! 0. � CITY bFFORTV40RTH STANDAHD COIISTRUCI'IOTT SP�C�'ICATIOIV DOCUIvIEN`f5 Revised A�gust 13, 2�21 � I.; �.� ,n u �i�i o I . �ii Ji rt'�x '�ii `; H �,i `r: � i' _tiL���I' ��:.����� -� � m �' � �' y' � �, }J �3 a] � � � �. �w �` ? -.. n�y�,;;�� # � � r .y �j '� �'.I .�' 41 �� t i 1 � � � �� � ����'�� I �1 �I ^� Y'I,� - I ri� � i �� F.; � . � t '�i � .m �1 ,5 .� I� I ��it �� �� � i,. �.�!� hs;, � ���: � +�'� 5 E � � �i �� r.���,..� ; ;� � � �i��� �'I � :f k����4' � � � � � _� r.i p X� � �-, �,�t, .,�' � rry� � � � � �Ipx!'k ' { S� �, y � a � � �;��t;� ,� � — " { �.— �� v a� �o � n�. m m ; `sj i9 t� � � �� ��C aQ ��� ����I � J � �� r4 y J, ^F � � 3 '.� � � 5 -0' � V r w'irl_ ul �t �i � � r ; �f�;}•�s;�: i�, ���;� 7 i t�' i� i . �:' �-� i s. r� , m ra �. r. w ��� I�i� �'x �o� ����: �i �.� i � ' �� � '� . � '�� ,� ; ,��, � �: �� :�, _ � � J F�.Jt 7��� f.l��;Rl � � r'i hi �• � i� AY � � ��iI.� .TI A` I _ �i! �i.�, � .� � �1'� � �s � �I�'�� .l Y�LI�C.T} �� � �:�:i�;� L � ¢-�°,:� � G.{ _ � � � LL � � P :'i ;; ;c n � �' � � � �:� �. � �� �� n u k� �+ � 4' tx i �{�"� .,. � %n ��I� ��i� u '� + `I'n I � v � � � � � ��% � � {�1 � �*- ���Yyyy !�4 � � � � �t �' � � � � X��y�y W � �. � � � � �. � � E..7 � � � � ♦ � ♦ � � � :� � � � � � � � � � � � Corganche Trail - �TEtOivI CP1�:10339b O l 32 16.2 CONSTRUCTIONPROGRE55 SC1i�DULE—PROGIt�SS EXAMPLB P�e 4 of 4 1 IND Ok' SECTION Revrsion Log DATE NAME S UMIV�RY OF CHANG� 3uly 2p, 20I8 M. Jarre[1 [nitiailssue May 7, 2021 M Ov�n Re�ised name due to revising the schedule specif�cation Comanche Trail - �IIZOM C1TY OF �ORT WORTH CYN;103396 STANDARD COIV5TRUCTION SPECIFICATION DOCiIMENTS Revised Aup,ust 13, 2021 U132 }.63 —PRpGKE55 NARFtATIVE Page 1 oi 1 SECT[ON 0132 16.3 CONSTRUCTIOiV PROJECT SCi�EDULE 1'ROGRESS NARRATIVE Reporting Period: Date I.ssued: Praject Name: Contrac#or CarnpanyfVame: City Project No: Cn�tractarSchedule Cantact; City Pro�ect Manager: A. Lis# of activities changed in the 1. (insert text here) 2. (insert text herej 3. (iflsert text here) 4. (insert text here) 5. (insert text here) 6. {insert text herej B. Lisfi any potential deiays and provide 1. (insert text here) 2. (insert text here} 3. (insert text here) C. L➢st any act�al delays and pro�id� re 1. (insert text here) 2. (insert text here} 3. finsert text herel CILy of Fort Worth, Texas CvnStruction Prajed Schedl�le Narrative Report for CFW Projects Revised August 13, 2021 Page 1 of 1 nq periad. atian actions actions Camanahe Trail - f1ROM CPN:16339b O13216-I Cf7NSTRUCTION PROGRE55 SCHEDCILE Page 1 of 10 2 3 PART I - GINERAL SECTION 0132 15 CONSTRUCTION SCHEDULE 4 1.7. SUNINIARY 5 A. Sectionlncludes: 6 1, General requirements for �he preparation, submitt��, updating, status reporting and 7 management ofthe Canstiruction Progress Schadule 8 2. Specific requirennenfs are presented in the City of �'ort Worth Schedule Guidance 9 Document ld B. Deuiations from this City of Fori Worth �tandard 5pecification lI 1. None. 12 C. Related Specificatian Sections include, but are no.t necessarily limited to: 13 I. Divi�ion 0— Bidding Requirements, Contract Fflrms and Conditians of the Contract 14 2. Division 1—General Requirements 15 16 17 18 19 20 zi �z. 23 24 25 26 27 28 29 3a D. Purpose The City of Fort Wnrth (City} is committed ta delivering q�aality, cost-effective infrastructure ta its citizens in atimely manner. Akey too[ to achieve this purpos� is a propei�Iy structured scheduIe vvith accurate updates. This supports effective monitoring of progress and is input to c.ritical decision making hy the pro�ect ma.nager throughout the Iife of the project. Data from the updated proj�ct s ehedule is ut�7ized in status reporting to �arious levels of the City organization and the citizenry. This Documerat cornplements the City's $tat�dardAgreement to guide the construction contractor (Contractor) in preparing and submittir�g acceptable schedules for use by the City in project de.livery. The expectation is the performance of t11e work follows the accepfed schedule and adhere to the confractual timeline. Th� Contractor will designate a qualified representati�e (Project Scheduier) responsib� for devefop�rtg and updating the schedule and preparing status reporting as required by the C�ty. 31 1.2 PRICEAND PAYNIQVI' PROCEDiTRFS 32 A. Measurement and Payment 33 1. Wark associated vvith this Item is considered subsidiary to the various itezt�s bid. 34 No separate payment will be allowed for this Item. 3� 2. Non-compliance with this specification is grounds far City to withhald payment af 36 the Cantractor's invoices until Cantractor achieves said compliance. 37 T.3 RTF'ERENCT� 38 A. Project 5chedules Comanche Trail - HRONf CITY OF FQRT WORTH CPN:103396 STANBARD CONSTRU�TTON SPL�C7FICATTQN DQCUMENTS Revised August l3, 2D21 O1 3216 -2 COhtSTRUCTIONPROGRE55 SCHEDUL� b 7 8 9 10 11 12 13 14 15 z� 17 18 19 2Q 21 z2 23 24 25 26 27 28 29 3D 31 32 33 34 35 36 37 38 39 40 �1 42 43 44 45 46 47 48 49 Page 2 af 1 Q Each project is represented by City's master projeet schedule that ene�mpasses the enti�e scope of activities envisioned by ihe City to properly deliver the work. When the City cantracts with a Contractor to perform construetion af the Wark, the Contractor will d�velop and maintain a schedule for their scope of work in aligntne�at wit� the City's standard schedule requirements as defined I�erein. The data and in#'ormation of each such schedu�e wilI be leveraged and become integral in the rnaster project schedule as dearned appropriate by the City's Project Control Speeialist and appraved by the Ciry's Project 1Vlanager. 1. Master Project Schedule The master pro�eci schedule is a holisiic representaiion of the scheduled activities arid milestones for the total project and be Critical Path Method (CPiVn based. The City's Praject Manager is accountable for oversight oftha develop�nent and maintaining a master project schedule for each pmject. When the City contracfs for the design ancl/or construction of the project, the master project schedule will incorporate elements of the Design and Construction schedules as deemed appropriate by the City's Project Control Specialist. The assigned City Project Control Specialist creat�s and �aintains the mastar project schedule in P6 (City's schedu�ing software}. 2. Construction Schedule The Contractor is respansible far developiu�g and maintaining a schedule for the scope of the Contractor's contractual reqr_tirements. The Contrac#or will issue an initial schedule for review and acceptance by the Ciiy's Project Control Specialist atid the City's �roject Manager as a baseline schedule for Contractar's scope af work. Contractor will issue current, accurate updates of their scheduIe (Progress Schedule) to the City at the end af each month throughout the life of their worlc. B. Schedule Tiers The City has aportfolia of projects that vary widely in size, co�nplexity and content requiring different sch�dulir�g tQ e�fectively deliver each pro}ect. The City us�.S a "tiered" approach to align the proper schedule withthe criteria for each praject. Tha City's Project Manager determines the appropriate schedule tier for eaeh project, and includes that designation and the associated requirements in the Cantractor's scope of work. The following is a summary oithe "tiers". 1. Tier 1: Small Size and Short Duration Project (des ign nnt requlred) The C�y dev�lops and maintains a Master Project Schedule for the project. No schedule submittalis required from Contractor. City's Project Control Specialist acquires any necessary schedule status data or information through discussions with the respective party on an as-needed basis. 2. Tier 2: Small Size and 5hori to Medium Duratian Pro3ect The City develops and maintains a Master Project Schedule for the project. The Contractor identifies "start" and "finish" rnilestone dates on key elements of their work as agreed with the City's Froject Manager at the kickoff of their wor� effort. The Contractor issues to the City, updates to fhe "start" and "fit�ish" dates for such milestones at the end af each month throughaut the life of iheir wark on the project. 3. Tier 3: Medium and Large Size and/or Complex Projects Regardless of Duration CITY OF POCi'C WORTH STAN�AI�D CON5T12UCI'IO�T SPECIFICATI03�T DOCUIVIEIVTS Revised August 13, 2021 Comanche Trail - HftOM CPN:I03396 013216-3 CONSTRUC7'CQNPROGRESS SCHEDULE 8 9 ia ll 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 Page 3 of 1D The Czty develops and maintams a Master Project Sched�ale �or the project. The Contractor de�velops a Baseline Schedule and maintains the schedule af their respective scope of work on the groject at a level ofdetail (generally Leve13) and in aIignzz�ent with the WBS structure in Sectlon I.4.Has agreed by the Project Manager. The Contractar issues to the City, updates of their respective sehedule (Progress Schedule) at the end of each month thraughout the li�e of their work on the project. C. ScY�edule Types Project delivery for the City uti�zes two types of schedules as noted betow. The City develops artd maintains a Master Project ,Sch�dule as a"baseline" seheduIe and issue monthly updates to the City ProjeeY Manager {end of eaeh month) as a"progress" schedule. The Contractor prepares and submi�s each schedule type to fulfill their contractual requirements. 1. Baseline Schedule The Contractor develops and submits to the City, an initial schedule far their scope of wark in ali�;nment with this apec�cation. Once reviewed and acce�ted by the City, it becomes th:e "Baselina" schedUle and is the basis against wk�ich all progress is measured. The baseline scheduIe will be updated when there is a chang� or additian to t�e scape of wnrk impacting the duration of the work, and only after receipt of a duiy authorized change arder issued by the City, In the evenf progress is significan:tly behind schedule, the City's Project Manager may authorize an update to fhe baseline schedule to facilitate a rnore practical evaluation oiprogress. An example of a Baseline Schedule is provided in Specification Q1 32 1.6.1 Construciion Project Schedule Baseline Example. 2. �rogress Schedule 28 The Contractar updates their schedule at the end of each month to represent the 29 progress achieved in the work w�ich includes any impact from authorized changes 30 in the work. The updated schedule itnust accurately refieci the current status of the 31 vvork at that point in time and is referred to as the "Progress Schedule°'. The City's 32 Project Manager and Project Control S.pecialist reviews and accepts each progress 33 schedule. In the event a pragress schedule is deemed not acceptable, the 34 unacceptable issues are iden#ifed by the C:ity within 5 working days and tY�e 35 Cantractor must prp�ic�e an accepta6le progress sc�edule within 5 working days 3b after receipt of non-acceptance noti�cation. An example of a Progress Schedul� is 37 pro�ided in Specification Q1 32 1b.2 Canstruction Prflject ScheduleProgress 38 Example. 39 D, City Statidard Schedule requirements 4fl 7'he foIlowing is an overview ofthe methodolagy for developing and maintaining a 41 schedule for delivery of a praject. Comanche Trail - HkOM CTTY OF FORT WORTH GPN:1Q3396 STANDARD CONSTRLiCTIpN SPECIF[CAT10N 1JOCUl�[ENTS Revised August l3, 2021 O1 3216-4 CONSTRUCTIpNPROGRESS SCHEDULE Page 4 of 10 2 3 4 6 7 8 10 ll 12 13 14 l5 16 17 18 19 20 21 22 23 2� 25 25 27 28 Schedule �'ramework - The scheduje will be based on the defined scope pfwork and fallow the (Critical I'ath Methodology) CPM methad. The Contractor's schedule wi�l align withthe requirements of this specif'ication and w� be cost loaderCto re�Iect their plan for execuiion. Compliance with cost loading can be pr4vidcd wit� traditional cost loading of line items 4R a pra,�ected cost �r manth for the project when tl�e initial schedule is submitted, e�pclated o� a c�uarterly basis i� significantchange is anticipated Overall schedule duration wili align with the conkractualrequireme�ts far the respective scope af work and be reflected in City's Master Project ScheduIe. The 1'roject Numher and Name o� the Project is required on each schedule a�nd must match fhe City's project data. E. Sc�hedule File Name All schedules submitted to the City for a project will �ave a file name that beg�s with the City's project nurribe� foll�wed by the nume of theproject followed by hnseline {if a baseline schedule} or the year �rnd month (if a progress schedule), as shown belnw. Baseline Sc�edule Fi1e Nam.e Format: City ProjectNumber_ProjectName Baseiine Exampie: 141376 North Montgomery Street HMAC Baseline � Progress ScheduleFileName Format: City Project Nuz�nber Pro�ect Name YYYY MM Example: 101375 Norih Montgomery Street IIMAC_2018_01 � Projeet Schedule Progress Narrative F�le Name Format: City 1'raject Number Project Natne PN YYYY MM Example: 1013'i6 North Montgomery Street HMAC PN_201 S 01 29 F. Schedule Terriplates 30 The Contractoz' will utilize t�ae relevant sectians fram the City's templates provided � 3I tlae City's document managernent system as the basis for creating their respective 32 project schedule. Specifically, the Contractor's schedule wi11 align with the layout oi 33 the Construction section. The teznplates are identified by ty�e of prc�ject as nated 3� below. 35 o Arteriais 36 • Aviation 3�7 � Neighharhaad Streets 3g • Sidewalks {later) 39 o Quiet Zones {later) 4q � Stz'eet Lights (latez') 41 � Intersection Improvements (later) 42 0 1'arks 43 + Stormwater q4 � Street Maintenance �5 � Traffic � 46 0 �Vater 47 48 G. Schedule Calendar CITY OFPO1tT WOitTH STANDARD CQNSTRUCCIOIV SPEC]FICATIOIJ DC�UNIENTS Revised August l3, 2021 ComanChe Trail - HROIVI CPN,10339b at 3z t6 -s CONSTRUCTIONPROGRESS SCI-IEDULE Page 5 of 1 D 1 The City's standard calendar for schedule development purposes is based on a 5-day 2 workweek and accounts far the City's eight standard holidays (New Years, Martin 3 Luther King, Memorial, Independence, Lbor, Thanksglving, day after Thanksgiving, 4 Christmas). The ContraetorwiIi establish a schedule calendar as part af the schedule 5 development process and provide to the Prajeci Con#ral Specialist as part of the basis 6 for their schedule. Variations between the City's calendar and fhe Contractor's 7 calendar must b� resolved prior to the City's acceptance of their Base�ine project 8 schedule. 1Q I1 12 13 14 15 16 �7 I8 19 �a 2I 22 23 24 25 I� WBS & Milestone Standards far Schedule Dev�lopment The scape of wark to be accomplish�d by the Contractor is represented in the sched�ale in t,�-�e farm of a Work Breakdown �tructure (WBS). The WBS is the basis for the development af the schedule activities and sha21 be imbe�ded and depicted in. the schedule. The fallowit�g is a summary nf the standards to be followed in preparing and maintaining a schedule for pro�ect delivery. Contractar is required to c�tilize the City's WBS strucYure and respective project type template for "Construction" as shown i;n Section 1.4.Hbelow. Additional activities may be added to I,�v�ls 1-�4 to aceommodata the needs of the arganizatian executing the work. Specifically the Contractar will add activities under WBS ��XXXr�X.$Q.83 "Construction Executian" that delineates the activities associated with the various components o�'th� �vork. 26 2. Contractor is required to adhere to the City's Standard Milestones as shown 27 in Sectian 1.4.I below. Contra�torwill include additional milestones 28 represertting intermediate delivet•ables as required to accurately reflect their z9 scope of work. 30 31 32 33 34 35 35 37 38 39 40 41 42 43 I, Sehedu�e Activities Activities are the discrete elements of work that make up tha sched�ale. They will be or�anized und�r the umbre]]a of the WBS. Activity descriptians should adequately describe the activity, and in some cases the extent ofthe activity. A91 activities are la.gieally tied with a predecessar and a successor. The only exception ta this rule is for "project start" and "ptoject �'inish" m�lestones. The activity duration is based on the physical amaunt of work to be performed forthe stated acti�ity, with a maximum duration af 20 warking days OR a cc�rttinuaus acfivity in one Iocation. If the woz'k t�or any one activity exceeds 20 days, break that activity down incrementally to achiave this duration constraint. Any exception to this requixes review and acceptance by the City's Projecfi Control Specialist. 44 .T. Change Orders 45 When a Change Order is issved by the City, the impact is incorporated irata the 46 prer�iously accepted baseline schedurte as an L�pd�te, to clear�y show impact to the 47 project timeline. The C.ontractor submits this updated baselitYe schedule to the City for C1TY OF FQRT W012TH Comanche Trai[ - HROM STANDARD CONSTRUCT'Ic]N SPECIFICATION DpCUMEIVTS CPN:1D3396 Revised August 13, 2p21 Ql 3216 -b CONSTRL3C1'IONP1tOGRES3 SCHEDL3LE Page 6 of 10 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 l9 zo 2l 22 23 24 25 26 27 28 29 30 31 32 33 3� 35 36 3.7 38 39 40 41 42 �3 44 A6 47 review and acceptance as described in Section 1.5 below. Updated baseline schedules adhere to tha follow ing: 1. 2. Time extensions associated vvrth approv'ed contract madifications are limited to the actual amaunt of time the project activities are anticipated ta be delayed, unless oti�eewise approved by theProgram Manager. The re�baseiined schedule is submitted by the Cantractar witlain ten workdays after the date Qf receipt of the approved Claange Order. 3. The changes in logic or duration� appro�ed by the City are used to analyze the itnpact of the change and is iricluded in the Ch.ange Order. The c�ding for a a�ew activity(s) added to the schedule for the Change Order iz�cludes the Change Order number in the Activity ID. Use as many activities as needed to accurately show the wark of the Change CJrder. Revisions io the baseline schedule are not effecti�e until accepted by tbe City. K City's Work BreaJcdow n Structure WES Cade WBS Nanae XXXXXX Praject Name ��X,3p Design XXXX�X.3p, 1p Design Contractor Agreement xXXX��Y.30.20 Col�ceptualDesign {3�%) XXXXXX.30.30 Preliminary Design (60%) XXXXXX.30.�4 Final Design XXXX��X.30.50 Environmental XXXXXX.30.6fl Permits XXXXXX.30.60.10 Permits - Identification XXXXXX.30.60.20 Permits - ReviewlAppro�e XXXXXX.40 ROW & Easements XX�XX,�40,10 ROW Negotiations ���, 4p, 20 Condemnation ���{,7p Ut�fity Relocafion XXXXXX.70.10 Utility Relocation Co�ordination �S;XXXXX.80 Canstruetion XXXX.�.80.81 Bid azld Award XXX��XX. 50.83 Constxuction Execution XXXXXX. 80. 85 Ins pec#ian XXXXXX.&0.86 T.andscaping gg��,gp Closeaut XXXXXX.90.10 Construction Contrack Close-out ���,g�,4fl DesignContractClosure L. City's Standard Milestones The following milestone activities {i.e., importani evenis on a project that m.ark critica� points in tinne) axe of particular interest ta the City and must be refl�cted in the project schedule for alI phases oiwor�. Comanche Traii - HAQM CPN:103396 CLTY OF FORT WORTH gSpNppRp Cpl+]STRUCCION 3PECIFICA'�IdH DOCUl1+fENTS Revissd August 13, 2U21 O1 32 16 - 7 CONSTRiICTIONPROGRESS SCHEDULE Page 7of ]0 1 2 3 4 S 6 7 S 9 la 11 12 13 14 15 16 17 I8 19 za 2� 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42. 43 44 45 46 Actr.'►'itv Ill Activi Name De,sign 3020 Award Design Agreement 3p40 Issue Natice ta Proceed - Design Engineer 3��� DesignKick-offMeeting �Y�O Subt�:zit ConceptualFlans ta Utilities, RQW, Traffic, Parks, Storcn Water, Water & Sewer 3150 Peer �eview Meeting/Design Re�ietiy meeting {technical) 3160 Conduct Design Public Meeting # 1(required) 3I70 ConceptualDesignCr�mplete 3220 Submit Preliminary Plans and Speciftcations to Utilities, ROW, Traffic, Pa.rks, Storm Water, Water & Sewer 325Q Conduct Design Public Maeting #2 (required) 32b0 Prelitninary Design Complete 3310 Submit FinaI Design to LJtilities, RQ�JV, Traffic, Parks, Storm Water, Water & Sewer 3330 Conduct DesignPublic Meek�ng #3 (if required) 3360 Final Design Complete ROV4' & Easements 4000 Right of Way Start 4234 Right of Way Complete Ufilit� Reiocation 7�OQ L�tilities Start 7120 Uti�lities CIeared/Conriplete Construttion Bid anr] Award $110 Siart Ad�ertisament 81 SO Conduct Bid Opening 8240 Award Cons.truction Contract Construction �ecutian 8330 Conduct Construction Public Meeting #4 Pre-Consfruction 8350 Construction Start ���� Substanttal Coinpletian g�4� Construction Coinpletion 9130 Notice of Complet�on/Green Sheet 9I50 ConsCruction Contract Close;d 9420 besign ContractClosed 1.4 SUBNIITTALS A. Schedule Submittal & Review Tk�e City's Project Managez� is responsible for reviews and acceptance of the Contractor's sch�d�le. The City's Project Control SpeciaGst is responsible for ensuring aligntnent of the Contractor's baseline and progr�ss schedules with the Master Praject Schedule as support to t�e City's Project Mat�ager, The City reviews and accepts ar rejects the schedule wU]iin ten workrl�ys of Contractor's subn;iittal. CTl'Y OF FORT WQRTH STANIaAIZD CONSTRUCI'�ON SPEC�'ICATION DOCUMENTS Revised August I 3, 2021 Comanchs TraiI - HROM CPN:103396 013216-8 CONSTRUCTIONPROGRESS SCHEDiJI.E Page 8 of 10 2 3 4 7 8 9 10 Schedule Format The Contractor w ill subnnit each schedule in two electronic forms, one in native file format (.xer, .xml, .mpz) and the second in aprif format, irithe City's daeument management system in the Iocation dedicated for this pur�ose and identif'ied by the Pro�eet Manager. In ihe event th� Contractar does not use Primavera P6 or MS Project for scl�eduling purposes,the schedule infor�nation must be submitted in.xls or .xlsac format in compliance with the sample layou� (See Specif'ication 013216.1 Consiruction Project Schedule Baseline Exa�mple), including; activrty predecessors, successars and tatal flaat. �1 2. Initial & Baseline 5chedule �2 The Contractor will develop their schedule for their seope of work and suhrnit thei� �3 irutial schedule in electronic fornn (in the f�le farmats noted above), in the City's �4 docurnent management system in the location dedicated for th�s purpose at leust 5 15 working rlays priar ta Pre Cox�structian 1V�eeting. 16 17 18 19 20 21 22 The City's Project Manager and Project Control Specialist review this initial schedule to detertnine alig�ment w ith tYze City's Master Project Schedule, including format & '6�85 structure. Foll�wing the City's review, feedback is provided to th� Contractnr for their use in fmal�zitag their initial schedule and issuing (witlxin ftve workday�s) their Baseline Schedule for fuaal review and acceptance by the City. 23 3. Prngress Schedule 24 The Contractor willupdate and issue their projeet schedule {Progress Scheduie} by the 2S lasf rlccy of each month itu'oughout the �ife of their work on the project. The Progress 26 Sehedule is subrnitted in electronic form as noted above, in the City's document 2� management system in the lacation dedicated for this purpose. 28 29 The City's Project Cantrolteam re�iews each Pragress Schedule for data and 3p ir►format�an that support the assesstnent of the update to tlne schedule. In the e�ent 31 data or information is nnissing or incomplete, the Project Controls Specia�st 3� eommunieates c�irectly with ihe Contractor's schedu�er for providing same. The 33 Contractor re-submits the corrected Progress Schedule within S�vorkriays, foliowing 34 the submrtLal �rocess noted above. The City's Project Manager and Project Control 35 5pecialist review the Contractor's pragress schedule for acceptance and to znanitor 36 performance and progress. 37 3g TY�e following Sist of items are required to ensure prop�r status informatian is 3g contained in theProgress Schedule. 40 • Baseline Start date 41 � Baseline Finish ➢ate 42 43 4�4 45 46 47 �S 49 o % Complete � Float + Actrvity Logic {de�endencies} � Critical PatY► . Activities added or deleted � Expeeted Baseline Finish date o Variance to the Baseline Finish Date CITY OFPORT W�RTH STANDARD CONSIRUCTION SFECIFICATION DOCUMEi+1T5 Re�ised August 13, 2021 Cornanche Trail - HItQM CPN:103395 a� 3z �6 -s CONSTRUCTIDNPkOGRESS SCHEDULE Page 9 of 10 1 2 3 4 5 6 7 S 9 14 11 12 I� 1�4 15 B. Manthly Construction Status Repart The Contractar subcnits a written status report (�ferred to as a pro.gress narrative) at the monthly progress meeting (if monthly meetings are held) ar at the end of each m.onth to accampany the Progress Schectule submittal, using the stat�dard format pro�id�d in Speciiication O1 3216.3 ConstrUctian Project SchedUle ProgressNarrative. The content af the Construction project Schec�ule Progress Narrative should be concise and camplete ta include only changes, delays, and anticipated problems. G Submittal Process • Schedules and Monthly Construction Status Reports are submitted in in th,e City's document tzianagement system in the locatian dedicated �or this purpose. • Once the project has been completed and �inal Acceptance has been issued by the City, no further progress scheduies or construction s#at�as reports axe required from the Contractor. 1. 16 1.5 ACTION Si]BMITTALSIINFORMATIONAL SC]BMXTI'ALS [NOT LT�ID] I7 1.6 CLOSEOUT SiTBNZ['ITAI,S [NOT U�ED] 18 1.7 MAINT�1'ANCE MA'ZERTA�L SUBMITTALS [NOT LTSED] 19 l.8 QUALITY ASSURANCE Z� A. The persan preparing and revising the canstruction Progress Schedule sha1I be 2� experienced in the preparation of sehedules af similar comple�ty. ZZ B. Scheduie and supporting documents addressed in this �pecification shal] b� prepared, �3 updat�d artd r�vised to accurxteIy reflect the perfor�tance of the construct.inn. 24 C. Cnntracior is responsible for the c�uality of all submitta�s in this sectian meeting the 2S standard o� care for the canstruciion industry far similar projects. 26 1...9 DELIVI+�,RY, STORAG�', AND H�,NDLING [NOT iJSED] 27 28 1-xo �II,n �sx�� cormiTTorr� �NOT usEn� L11 WARRANZy [NOT USID] 29 1.12 ATTAC�NTS 30 Spec O1 3216.1 Consttuction Project Schedul� Baseline Example 31 Spec 0132 16.2 ConstructionProj�ct,5chedule Frogress Example 32 Spec O1 32 16.3 Construction Project Schedc.�le Frogress Narrative 33 CITY OF FORT WOTtTH Comanche Tiail - I11ZOM STANDARD CONSTRUCTIQN SPECIEICATION DOCUMEIVTS CPN, I03396 Revised August 13, 2U31 oi3ai6-io CONSTRUCTIONPROGRE55 SCHEDULE Page 10 of 3 D 2 PART � - PRODUC'IS [NOT U�ID] 3 PART 3- EXECUTION [NOT USID] 4 II�Ii) O�' �ECTION 0 Comanche Trail - HRO1vI CITY OP PQRT WOA1'H CP�T:103396 3TANDAi2D CONSTRUCCIpN SPECIFICATION DOCUMENTS Itevised August 13, 2021 oia�33-3 P�cor�s�ucT�orr �mEo Page 1 of2 SECTION Ol 32 33 PRECONSTRUCTION VIDEO PART1- GENERAL 1.1 SUMMARY A. Section Includes: 1. Administrafive and procedural requirei�aents foz: a. Preconstruction Videos B. Deviations from this City of Fort Worth Standard Sp�cification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0— Bidding Requirements, Contract Forrr�s and Conditions of the Gontract 2, Division i— General Requiremen#s Y.2 PRTC� AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considerecf subsidiary to the various items bid. No separate payment will be allowed for this [tezn. 1.3 R�FER�NCES [NOT USED] 1..�4 ADMiN[STRATIV� REQUIREMENTS A, Preconstractian Video 1. Produce a preconstruction v[deo of the site/alignment, including aIl areaa in the vicinity of and to be affected by construction. a, Provide digital aopy of video upon request hy fE�� City. 2. Retain � copy of the preconstruction video until the end of the maintenance surety periad. 1,5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFQRMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT US�Dj 1.8 MAINT'ENANCE MATER.IAL SIIBMYTTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.1Q DELIVERY, STORA�E, AND HANDLING �1VOT USED] 1.1I FiELD [SITE] C4NDITIONS [NOT USED1 1.12 WAR.�tANTY [NOT USEDj PART 2 � PRQDUCTS [NOT US�D] C1TY OF FORT WOEtTF{ Comanche Trail - HAOIul STANDARI} COi�ISTRUCTIdN SP$CITICA'PION DpCUMENTS CPN:1 Q3396 Ete�ised 7u{y 1, 201 l O l 32. 33 - 2 PIiBCpA[S7RUCTjQN VIDEO Page 2 oi2 PART 3 - EXECUTI�N �NOT iTSED] END OF SECTION Revision Log D�.TE I NAME � SUNIlVIARY O�' CHANGE Cnmanche Trail - FIIipM Cli'Y OF FORT W�RTTi CP1V:10339b STANDAItD COI+[STRUCTION 5PEC1T'1CATLON DCICCTN[ENTS Revised 7uly 1, 2011 O13300-1 5UBMITTALS Page 1 of 8 SECTION Ol 33 00 SLTBMITTALS PARTI- GEN�RAL L1 �TMNI�iRY A. Section Includes: General methods and requirernents of submissions applicable to the following Work-related submittals: a. 5hop Drawings b. Product Data (including Standard �roduct List submittaIs) c. Samples d. Mock Llps B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Rela�ed Specification Seetions include, but are not necessarily limited to: 1, Division 0— Bidding Requirements, Contraet Forms ar►d Conditions af the Contract 2. Di�ision 1— General Requiremer�ts 1.2 PRICE AND PAYMENT PROC�DURES A. Measurement and PaymenY 1. Work associated wvith this Item is cansidered subsidiaty to the various items 6id. Na separate payment wil] be allowed for this Item. 1.3 R�FERENCES [NOT USEb] I.9 ADMINISTRATIVE R�Q�IIREMENTS A. Conrdination 1. Notify the City in r�riting, at t�ae time of submittal, of any deviatians in ihe subm�t�als frorr� the requirements of the Contract Documents. Z. Coordination af 5ubtnittal Times a. Prepar�, prioritize and transmit each submittal suf#iciently in ad�ance of perfornning the relatad Work or other appIicahle activities, or within the time specified in the individual Work Sections, of the SpecificatEons. b. Contractor is responsible sucl� that the installation wi1� not be delayed by processing times including, but not limited to: a) DisapprovaI and resubinittal (ifrequired) b) Coordination with other submittals c) Testing d} Purchasing e) Fabrication fl Deli�ery g) Similar sequenced activities c. No ext�nsion of time will be authorized because of the Contractor's failura to transmzt submittals su�f'iciently in advance of the �ork. CITY QP FORT WORTH Comanche Trail - HROAtl 3TANDARp CdN$TRUCTION SPECTFTCATION DOCUMENTS CPN:103396 Revised J]ecember 20, 2012 O13300-2 SCTBMITTALS Page 2 of 8 d, Make submittals promptly in accorc3ance nvith approved schedule, and in such s�quence as ta cawse no delay in the Work or in the worle of any other contracta.r. B. Submittal Numbering 1, When submitting shop dravrrings or samples, utilize a 9-character su�mittal cross- reference identification numbEring system in the follawing maziner: a. ilse the frst 6 digits of the applicable Specifcation Section Number. b. For the next 2 digits number use numbers 01-99 to sequentially number �ach initial separate ifem or drawing subrnitted under eac� specific Seciion number, c, Last use a letter, A-Z, indicating the res.ubrnission of the same drawing (i.e. A=2nd submission, 8=3rd submission, C=4� submission, ete.). A typical submittal nu.mber would be as follows: 03 3D 00-08-B i) 03 30 00 is �he 5pecifieation Sectian far Concrete 2) 08 is the eighth initial submittal under this Specificatian Section 3) B is the third submission (second resubmission) of ihat particular shap drawing C. Contz'actor Certificatlon 1. Review shop drawings, product data and sampies, including those hy subcontractors, prior to submission to determine and vez'i�y the following: a. Fie1d measurements b. Field construc#ion eriteria e. Catalog nutnbers and similar data d. Confornnance with the Contract Docuznents 2. Provi.de each si�ap drawing, sample and product daia submittad by the Contractor with a Certification Statement afiixed including: a. Tha Contractor's Conttpany name b. Signature of submiitaj r�viewer c, Cartification Statezn�ent 1) `By this submittal, I hereby represenithat I have defermined and �eriiied field measurements, fie3d cansiruction crit�ria, materials, dimensions, catalog nuznbers and similar data and I�ave checked and caardinated each item with nther applicable approv ed shop drawings." D. Submittal Format 1. Fold shop drawings larger than 8% inches x 11 inches to 8'/2 incnes x 11 inches. 2. Bind shop drawings and product data sheets together. 3. Order a. Cover Sheet 1) Description ofPacket 2) Contractor Certification b. List of items / Table of Contents c. Product Data.IShap DrawingslSamples /Calculafians E. Submiftal Conteni 1. The ciate of submission and the dates of any prer+ious submissions Comazcche Tiail - f�OM CI'1'Y OF FORT WDRTH CPN:143396 STANDARD CONSTRUCTIaN SPECIFTCA'T'lON DOCUMENTS Revised December 20, 2012 013300-3 SUBMITTALS Page 3 oF8 2. The Project title and number 3. Contractor identi#'icatian �. The names of: a. Contractar b. Supplier c. Manuiaeturer 5. Identification of the product, with the Specificatiqn Sec#ion number, page and paragraph(s) 6. Field dimens.ions, cYearly identified as such 7. Relation to adjacent or critical features of the Work or materials 8. Applicable standards, such as ASTM or Federal Specification numbers 9. Identification by highlighting of deviations from Contract Docuzraents 1p. Identi�cation by highl.ighting of revisions on re�ul�mittals ll. An $-inch x 3-inch blank space for Contractor and City stamps F. Shop Drawings 1. As spaeifed in individua[ Work 5ections includes, but is not necessartly limited to: a. Custom-prepared data such as fabrication and erec�ion/installation (working) drawings b. Sc��duled information c. Setting diagratns d. Actual shopwork manufaeturing instructions e. Custom templates f, Special wiring diagrams g. Coordination drawings h. Indi�+idual syste:m or ec�uipment inspection and test reports including: 1) Performance cti�zves and certifications i. As applicable to the Work 2. D�tails a. Relat'ton ofthe various parts to #he main members and lines of the sttLicture b. Where cprrect fabrication of the Work depends upon iield measm�ements 1} Pravide snch rncasuremen#s and note on the drawings prior to submitting far approval. G, Pz•oduct Data 1. �'or subrnittals of product data for products included on the City's Standard Produet List, clearly identify each item �elected for use on the Project. 2. For submittals of product data for products nat inc]uded on the City's Stancfard Product List, subinittal data may include, but is not necessarily limited to: a. Standard prepared data for manufactured products (sometimes referred to as eatalog data) 1) Such as the manufacturer's product specification and installation instructions 2) Availability of colors and patterns 3) Manufacturer's printed statements af c�mpliances and applicability 4} Roughing-in diagrams and tempIates 5} Catalog cuts b) Product photagraphs CITY OF FOAT WORT71 Comancha Trail - HRQM STANDARD CON3TRUCTIpN SFL:CIFICATIQN DOCUMENTS CPN:103396 Revised December 20, 2412 01 33 QO - 4 SUB�vII'I-I'ALS Page �4 of 8 7) 5tandard wiring diagrams 8) Printed performance cur�es and operational-range diagrams 9) Production or quality contro� inspection and test reports and certifications 10) Miil reports 11) Product operating and maintenance instructio�ns and reco�amended spare-p�rts listing and printed product warrazrties 12) As applicabie to the Wark H. 5amgl�s 1. As specified in individual Sections, include, but are not necessarily limited to: a. Physical examples of tne Work sueh as: 1} Sections of manuiactured or fabricated Work 2) 5ma11 cuts or conta.iners of materials 3) Coznpleie units af repetitively used ptoducts colorltexturelpattern swatches and range sets 4) Specimens for coordination of visuai ef�ect 5) Graphic sytr�bols and units af Work to he t�s�d by t�e City for independent inspection and testing, as applicable to the Work I. Da not start Work requiring a shop drawing, sample or product data nor any material to be fabricated or installed prior to the approval or qualifed approval of such itezn. 1. Fabricatian performed, materials purchased or on-site construction accomplished which does not conform to appro�ed shop drawi�ags and data is at the Contractar's risk. 2. The City will not be liable for any expense or delay due to correctinns or remedies required to aceomplish confarmity. 3. Complete project Work, materials, fabricaiion, and installations in confarmance with appro�ved shop drawings, appjicab�e samples, and prociuct data. J. Submittal Distribution . Electronic Distrihution a. Confirm development of Project directory for electronic submittals to be uploaded to City's Buzzsaw site, ar another external FTI' site apprn�ed by the Ciiy. b. S1�op Draw�gs 1) Uplaad submittal to designated projeet directory and notify appropriate Gity representaiives via email of subnnittal posting. 2) Hard Copies a} 3 copies for all submittals b) If Contrac�or requires more than 1 hard copy of Shop Drawings returned, Contracta�' sha11 sub�nit rr�ore than the number of copies listed abov�. c, Protiuct Data 1) LTpload submittal to designated project directory and notify appropriate Ci#y representativas via email of submittal posting. 2) Hard Cop.ies a) 3 copies f�r all submittals d. Samples 1) Distributed to the Project Representative 2. Hard Copy Distribution (if required in lieu of electronic distribution) Comanche "['rail - HROIvI CIT'Y O�' FORT WDRTH CPiV:10339b STANDARD CO%TSTRUCTIOld SPECIFICATION DOCUMENT5 Revised December 20, 2012 D133d0-S SUeMITTALS Page 5 of 8 a. Sfla�} DraW]ilgS 1) Distributed to the City 2j Copies a) $ copies for tnechanical submittals b} 7 copies far all other submittals c} If Cantractor req��ires mare than 3 copies of Shop Drawings returned, Contractox shaIl submit mor� than the number of copies Iisted above. b. Product Data 1) Dist7ribu#ed to the City 2) Copies a) 4 copi�:s c. Samples 1) Distributed to the Project Representative 2) Copias a) Submit the nutn6er stated in the respective Specification Sections. Distribute reproductions of approved shop drawings and copies of approved produc# data and samples, where required, to the jab site file and eIsewhere as directed by the City. a. Provida num6er qf copies as directed by the City but not exceeding the number previously specified. K. Submittal Review 1. The review of shop drawin�s, data and samplas will be for general confarmance with the design cancept and Cot�tzact Documents. This is not to be constru�d as: a. Permitting any departure from the Contract requirements b. I�elieving the Cantracior of responsibility far any errars, incIuding details, di�nensians, and materials c. Approving dapartures from details fuznished by the City, �xcept as otherwise provided herein 2. Th� review and appraval ofshop drawings, samples or product data by the City do�s not rellev� the Contractor from his/her responsibility with regard to the fi�lf llment of the terms of the Contract. �. AlI risks of eriro�• and oinission are assumed t�y the Contractor, and the City will ha�e no responsibility therefore. 3. The Contractor remains responsrble for details and accuracy, for coordinating the Work wit� aII other associated worlc and trades, for selecting fabrication processes, for techniques af assembly and for performing Work in a saf� manner. 4. If the shop drawings, data or samples as submitted describe variations and show a departL�re from tha Contract requireinents which City �nds to be in the interest of the City and to be so minor as not to involve a change in Contract Price or time for performance, the CYty may retz�rn the reviewed drawings witha�t noting an exception. 5. Si�bmittals will be returned to the Contractor under 1 of the following codes: a. Code 1 1) "NO EXCEPTIONS TAKEN" is assigned when there are no notations or cqmments on the submittal, a} When returned under this code the Contractor may release the equipment and/or mate�eial for manufacture. b. Cnde 2 C1TY OF FDRT WORTH Camanche Trail - HROM STANDARI3 CONSTItUCTION SPECIFICATION DOCUIViENTS CPN:103396 Revised December 2.0, 201.2 at 3s oa - � SUBMITTAL3 Page 6 of 8 1) "�XCEPTIONS NOTED". This code is assigned when a canfirmatian of the notations and eomnnents I5 NOT required by the Contractor. a) The Cantractar may release the equigment or material for manufacture; however, all natations and coznments must be incorporated into the iinal prod�ct. c. Code 3 1) "EXCEP'I'IONS NOTED/RESi1BMIT". This combination of codes is assigned when natations and com�nents are extensive enough ta require a resubmittal of the package. a) The Coatractor may release the ac�uipment ar tnaterial for manufacture; however, all notations and comments must be is�corporat�d into the fina! produ.ct. b} This resubmittal is to address ail comrnenfs, omissions and non-conforming items that we�e noted. c) Resubmittal is to be received by the City within 15 Calendar Days of the date of the City's transnnittal requiring tk�e resubmittal. d. Code 4 1) "NO'I' Al'PROVED" is assigned when the submittal does not meet the intent of the Contract Documents. a) Tl�e Contractor must resubjnit the entire package revised to bring the suhmittai into confor�nance. b} It may be nece.ssary to resubrr�it using a d�fferent manufacturar/vendor tp meet the Contract Dacuments. Resubmittals a. Handled in the same manner as %rst submittals 1) Corrections other than requested by the City 2) Marked with re�isian iriangle or other similar method a) At Cantractar's risk if not marked b. 5ubmittals for ea.ch item will be reviewed no more tl�an twice at the City's expense. 1) All suhsequent reviews will he perfarmed at times c.onvenient to the City and at the Cantractor's expense, based pn the City's or City Representatiwe's then prevaiiin� rates. 2) Provide Cantractor reimburse�nent to the Gity within 30 Calendar Days for aIl such fees invoiced by the City. c. The need for mare than 1 resubmission or any other delay in obtaining City's review of submittals, wi11 not entitle the Contractor to arz extension of Contraet Time. Partiai Submittals a, City reserves t�te right to not review submittals deemed partia3, at the City's discretion. b. Submittals deemed by the City to be not complete will be returned to ihe Contractor, and will be considez'ed "Noi Approved" until resu�rnitted. c. The City may at its option provide a lisi or mark th� suhmittal directing th.e Contractor to tha areas tl�at are incomplete. If the Contractor considers any correetion indicaied on the shop drawings to constitute a chauge tQ the Contract Documents, then vvritten no�ice must be provided thereof to the City at least 7 Calendar Days prior to release for manufacture. Comanche Trai] - H��M CTTY OF PORT WORT'H CPN:10339b STANDARD CONSTRIlCTION SP�CiFICATION DOCUMENTS Aevised Decernber 20, 2012 O133p0-7 SUBMIT"TALS Page 7 of $ 9, When the shop drawings have been campleted ta the satisf�ction of the City, the Contractor may carry out the construction in accordance therewith and no further changes therein exc�p� upon written instructians from the City. 10. Each sttbmittal, appropriately caded, will be returned v�ithin 30 Calendar Days follawing reeeipt of subrnittal by the City. L. Mack ups I. Mock Up un�ts as specified in indivTdual Sectians, include, b�t are not necessarily limited to, camplet� units of th� standard o.f acceptanc� for that type of Wark to be used on the Fraject. Remove at the completian of the Work or when. directed. M. Qualiftcations 1. If specifically reyuired 'ua other Sections of these Spe�ifications, submit a P.�, C�rtif cation for each item requirad. N. Request £or Infarmation (R�'I) 1. Contractor Request for additional information a. Claei�icati.on or interpretaEion of the contract documents b. When th� Contractor beIieves there is a conflict between Coniract Documents c. �Vh�n the Contractar believes there is a conflict between the Drawings and Specifcatiot�s 1) Identify the conflict and request clari�cation �. Use the Request far Information {RFI) form provided by the City. 3. Numbering of RFI a. Prefix with "RFI" folIawed by series number, "-xxx", beginning with "OI" and increasing sequentially with each additional trarrsrnittal. 4. �ufficient information shall be atfached to permit a written response without furtl�er informatiota, 5. `I'he City wil] log each request and will review the request. a. If review af the proj�ct infarmation request indicates that a cl7ange to the Contract Docunnents is required, the City will issue a FieId Order or Change Order, as appropriate. 1.5 SUBMITTALS [NOT CIS�D] 1.6 ACTION SUBMTTTALS/INFORMATIONAL SUBMITTALS [NOT iTSED] �.7 CLO�EQUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] X.9 QUALITY A�SURANCE [NOT U�`�D] 1.10 DELIVERY, STORAGE, AND FlANDLING [NOT USED] 1.11 F�ELD [SIT�] COND�TIQNS [NOT USED1 1.12 WARRANTY [N4T USED] C1TY QF FORT VvORT]i Comanche Trail - HR�M ST.4I+�dARD C.QNSTRLICTION SPECIFICATIdN DOCUIuIENTS CPN:103396 Revised December 20, 20 i 2 0133Q0-8 5i7SMf1"1'ALS Fage 8 uf 8 PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF S.ECTION Revision Log DATE NANIE? 121201�O12 D.Iohnson SLFMMARY OF CHANGE 1.4.K.8. Working ]]ays modified to Cafendar Days Cnmanche Teail - HROM C1TY OF FpRT WORTH CPN:1U339G STANDL�tD GOI�STTtUCTION SPECIFICATIpN DOCiIMENTS Revised Decem6cr 26, 2012 013513-1 SPECIAL P120JECT PROCEDC7RE5 Page 1 of8 2 3 PART1- GENERAL 4 1.1 SUMMARY S A. Section Includes: 6 7 8 9 10 11 I2 13 14 15 16 I7 18 19 20 21 SECTYON Ol 35 13 SPECIAL PROJEC'I' PROCEDC_JRES The proeedures for special prajeet circumstances thai includes, but is not limited to: a. eoordination with the Texas Department of Transportatio.n b. Work near High �'oltage Lines c. Conf ned Space Entry Pragrazn d. Ai�- Pollution Watch Days e. Use of Explasives, Drop Weight, Etc. f. VJater Depat�tment No�ification g. Public Noti£ication Priar to Beginning Constructio� h. Coai•dination v�riih United States At-tny Corps of Engineei•s i. Coardination wifhin Railroaci permits a.reas j. Dust Control k, Employee Farking 1, {C.o�rc�incr�ic�n �vilh North Central "1'exas Catirierl �f'Gover��n�ents Clea�s Constructiara 5yecificatiart �r•errinve if nof r�erta€i�eu'J} B. De�iations �i�om this City ofFort Wo�th Standard Specification 1. None. 22 C. Related Specificatian Sections include, but are not necessarily liEnited ta: 23 1. Division 0—�idding Requirernents, C.antr�ct Forms and Conditians of the Contract 24 2. Divi�ion 1— Gen�ral Requirerr�ents 25 3. Section 33 12 25 — Connection to Existing Water Mains 2G 1.2 PRICE AND PAYMENT PROCEDITRES 27 28 29 3p 31 32 33 34 35 3b 37 38 39 A. Measurement and Payment 1. Coordinatian within Railroad permit areas a. Measurement I) M�asurement for this Item will be by lump sum. 6. Payment 1) The vaork performed and materials furnished in accordance with this Ttem wil� be paid for at the lump sum price bid for Railraad Coordinatian. c. The price bid shall include: I } Mobilizatinn 2) Inspectior� 3) Safery training 4) AdditionalIns�rance 5) Insuran�e Certificates CITX OF F�RT WORTH Comanche Trail - H1�OM STANDARD CONSTRUCTION SPBCIFICA'�ION DOCUMENTS CPN:1D3396 Revised Decem �er 20, 2012 013513-2 SPECTAL AROJECT PROCEDL3RES Page 2 of 8 I 2 3 � 5 6 7 8 4 la 11 12 l3 !4 15 16 17 18 6} Other requirements associated with g�neral coordination with Railroad, including additi�nal employees required to pz'otect the right-of-way and property oF the Railrflad from damage arising out of andlor frozn the construction of ti�e Praject. 2. Railroad Fiagmen a. Measurement 1) Measurement for this Item will be pe� working day. b. Payment I) The work perfot�ned and materiais furnished in accordance with this Ttem will be paid for each working day that Railroad FIagrnen are present at tl�e Site. c. The price bid shalI include: 1) Cooedination for scheduling flagmen 2) Flagmen 3) �ther requirements associated �vith Railroad 3. All other items a. Work associated wit� these Items is considered subsidiary to the variaus Items bid. No separate payment will he allowed far this Item. 19 1.3 REFERENCES 20 A. Reference Standards 21 1, Reference star�dards cited in this Specifieation refer to the current reference 22 standard published at the time nf the lafes# revisios� date logged at the end af this 23 5pecification, unless a date 1s specifieally cited. 24 2. Health and Safety Code, Title 9. Safety, Subtitle A. Public Safety, Chapter 752. 25 High Voltage Overhead Lines. 26 3. North Centcal Texas Cauncxl of Go�ernntents (NCTCOG) — Clean Const�•uction 27 Specification 28 1.4 ADMIN�STRATIVE REQUYREMENTS 29 3D 31 32 33 34 35 36 37 38 39 4Q 41 42 43 44 45 A. Coordination with tl�e Texas Department of Transportation 1. When work in the right-of way which is under the jurisdiction of the Texas Depa.i�txnent of T�•ansportation (TxDOT): a. Natify the Texas Department of Transportation prior to commencing any work therein in aecordance with the provisions of the permit b. AIl �,vork performed in the T�cDOT right-of way shall be performed in compliance with aad subject to approval fram th� Texas Departtnent of Transportation B. Work near High Voltage �ines 1. Regulatoiy Requirements a. All Wor%near High Voftage Lines (more than 64D volts measiu•ed between conductors or between a conductar and the ground} shall6e i.n accorc�anoe with H.eaith and Safety Cade, Tit�e 9, Subtitle A, Chapter 752. 2. Warning sign a. Pro�vide sign of sufficient size meeting all OSHA requirernents. 3. Equipnrient operating within ld feet of high vaItage lines will require the following safety features CITY OF FORT WORTTi STAN17ALtD C{lNSTRUCTION SPECI�ICATION DOGUMEI�ITS Revised Decemher 20, 20 [2 Camanche Trai1- FI[ZOM CPN:1033g6 O13513-3 SFECIAL PR03ECT PROC�DURES Page 3 of S 1 2 3 4 5 6 7 8 9 IO 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 3S 36 37 38 39 4Q 41 42 43 �� 45 4b a. Insulatin� cage-type of guard about the boom or arm b. Insulator links �n the lift haalc connections for back hoes or dippers �. Equipment must meet the safety requirements as set forth by OSHA and tk� e safefy requiretn�nts of the owner af fhe high voltage lines �. Work wittun 6 feet of high voltage e[ectric lin,es a. Nati�ca#ion shall be gi�en to: 1) 'I'he power company {example: ONCOR} a) Maintain an accurate log of all such c.alls to pot�ret• company and z'�cord action taken in each case. b. Coordination with power company I) AfCer notificat�on coox�dinate with the power company to; a) Erect ternparary mechanical barrters, de-energize the lines, or raise or lawer the lines c. No personnel may work within 6 feet of a high voltage Iine before the above requirements hav� been met. C. Confined Spaca Entry Program 1. Pro�ide and follow approved Coniined Space Entiy Pt�ogram in accordance with OSHA requirements. 2. Canfined Spaces inc]ude: a. M�nholes b. AlI other confined spaces in accordance with OSHA's Permit Requit-ed for Confiued Spaces D, Air Pollution Watch Days 1. General a. Obs�rve the foIlowing guidelines ralating to working on City construction sites on days designatecE as "AZR P�LLUTION WA.TCH DAYS". b. Typical Ozone Season 1) May 1 through October 31. c. Critical Emission Time 1) 6:00 a:�. to 10:00 a.m. 2. Watch Days a. The '£exas CommissEon on En�it•onmental Quality (TCEQ), in coordir�ation with the Natia�aal Weather Service, �i.11 issue the Air Pollution Watch by �;00 p.m. on the afterno.on prior to the WATCH day. b. R�quiren�ents 1) Begin work after I0:00 a.m, whenever constt�uction phasing rec�uires the use of motorized equipmeni for perio�s in exeess of 1 hour. 2) However, the Contract�r may begin wark prior to 10:00 a.m. if: a) Use of motorized equipment is less t�ian I hour, ar b) If e�uipinent is new and certified 6y EPA as "Lpw Emit�ing", or equipment burns Ultra Lovu Sulfur Diesel (ULSD}, dies�l emulsions, ar alternative fuels such as CNG. E. TCEQ Air Permit 1. Obtain TCEQ Air Perinit for constructian activities pe�� requirements of TCEQ. F. Use afExplasives, Drop Weight, Etc. I. When Contract Documezats permit on the praject the following will apply: CIT'Y Or FORT WORTE-I STANDARD CQNSTRUC`I"CON SPECIFICATION DOCUMENT� Reyised Decem6er 20, 2012 Comanchc Trail - �iRO�V! CPN:1033J6 013513-4 5I'SCIAL PBQ7ECT PROCEDLfItES Page 4 of 8 1 a. Pubiic Notification Z 1) Submit notice to City and proaf of adequate insurance coverage, 24 hours 3 prior ta cammencing. �} 2) Minimum 24 ho�r public notificatjon in accordance with Section O I 31 13 5 G. Water Department Caordination {, i. During t%e construction of t�is project, it will be necessary to deactivate, far a � - period af time, existing lines. The Contractar shall be requi�-ed to coardinate with g the Water Department to determine the best times for deacfivating and activating 9 those jines. � p 2. Coordir�ate any event that will require cannecting to or the operation of �n existing 1 I City water line systena with the City's representafav�. 12 a. Coordination shall be in accardance with Sectian 33 12 25. Z 3 b. X� needed, obtain a hydrant water meter frozia the Water Department for use 14 during the life of named praject. 15 c. In the event that a water valr�e on an existing live system be turned off and on 16 to accommodate the const��uetion of the project is rec�uired, coordinate this i� activity through the appz'apriate City rapresentative. �g 1} Do not operate water line valves of existing water system. �9 a) Failu�•e to camply will render the Contractor in uiolation of Texas Penal 2fl Code Title 7, Chapter 28.03 (Criminal 1Vlischiefl and the Contractor 21 wjll be prasecuted to the fi�Il extent of the law. 22 b} In addit�on, the Contractor will assume a.11 jiabilities and 23 responsibilities as a r�sult of these actions. 24 H. Public Noti�cation Prior to Begi�ning Construction 25 1. Priar to begis�ing construction on any block in the project, on a b�ock by block 26 basis, prepare and deliver a notice or flyer af the pending construction to the front �'7 door of each residence ar business that vvill be impacted by constructian. The notic� 28 shall be prepared as £ollows: 2g a. Post notice or flyer 7 days prior to beginning any construction activity on each 30 block in the praject area. 31 1) Prepare £lyer on the Cantractor's leiterl�ead and incjude the failowing 32 information: 33 a) Name of Project 34 b) City Pt'ojectNo (CPN) 35 c) Scope of Prajeet (i,e. type of construetion activity) 3( d) Actual construction duration within the block 37 e) Name of tk�e cantractar's foreman and �hone number 3g f} Name af the City's inspec#or and phone nttmber 3g g) City's after-hours phone numher 40 2) A samp1e of the `pre-constructiQn notiiication' flyer is attached as Exhibit 41 A� 42 3) Submit schedule showing the construction s#art and �nish tirr�e f�r each q3 block af the project ta the inspector. 4r} 4) Deliver flyer to the City Inspector fnr review priar to dist� ibution. 4g b. No construction will be allowed to begin on any block until the flyer is 4� delivered to alI residents of the block. 47 I. Public Notif cation of Tetn�porary Water Seivice Intez°ruption during Cc�nstruction Comanche Trail - HROivI CITY OF F012T WORTH CPTI:103396 STANDARD CC3N5TRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 013513-5 SPECIAL I'ROTECT YR(}CEDUR�S Page S of 8 1 2 3 4 S 6 7 8 9 10 11 12 13 14 I5 16 17 18 19 20 21 22 � � In the event it becomas necessary to temporarily shut down water sexvice to residents or businesses during construction, prepare and deliver a notice or flyer of the pending interruption to the fi•ont door of each affected resident. Pcepared notice as follows: a. The natification or flyer shaEl be posted 24 houz's prioi• to the temporary intert-uptian. b. P;repare flyer on tha contracfor's letterhead and include the fbllowing informatzon: 1} Name ofthe pi•oject 2) City ProjectNumber 3) Date of the �nterruption of service 4) Period ihe interruptian wi1l tal�e pIace S) Nanrie of the cantractor's foreman anct phone number 6) Nattze of the City's i�spector and phone number c. A sample ofthe temporafy water service intertuption notification is attached as Exhibit B. d. Deliver a capy of th� temporary interruption notification ta the City insp�ctor for review prior to being distributed. e. Na interruption of water service can occur until the flyer has been delivered ta all affected residents and businesses. f, Electronic versions of the sample �yers can be obtained frorn the Praject Construction Inspector. 23 .�. Coordination vvith United States A.iany Coips of Eng�neers (USACE) 24 1, At locations in th� Praject where constt•uction activities occur in areas whet•e 25 USACE pei�nits ar� r�qu�red, meei all rec�uirements set farth in each designated 2G permit. 27 28 29 30 31 32 33 34 3S 36 37 38 39 40 41 42 43 44 �45 4G 47 I�. Coat•dination within Railroad Permit Areas 1. �it locations [n the project wher� canstruction activit9es ocenr in areas where raili�oad permifs are i•equired, meet all i�equirements set fot�th in each designated railroad permit. This includes, but is not limited to, pa•ovisions for: a. Flagmen b. Inspectors a Safety trai�ling d. Additianal ir�surance �. Insurance cexti�cates f. Other employaes required to protect the right-of-way and property af the Rail�•oad Company �rom damage arising oui of andlor� froan the constructian of tha p�•oject. Proper uiility cfearance procedures shall be used in accordance with the perznit gu�delines. 2. Obtain any supplemental information needed to compIy with the rail��oad's rec�uirements. 3. Railroad Flagmen a. Subtnit receipts to City for verificatipn af working days that railraad flagmen �ere present on �ite. L. Dust Control 1. Use acceptable measuxes to control dust at the 8ite. a. Tf water fs used to control dust, capture and properly dispose of waste water. Camanche Trail - HRQiVI C{'CI' Ok' FpRT WORTfi CPN: I03346 STAND�RD CONSTAUCTION SPECEPICATION DOCUMENTS Revisecl Decem6er 20, 2012 013513-6 SPECIAL P120JECT PRDCEDURE.S Page G of 8 1 b. If wet saw cutting is perforn�ed, capture and praperly dispose af slurry. 2 M. Employee Parking 3 1. Pro�ide parl�ing for emplayees at lacations approved by the City. 4 N. {Coo�-dinatian witl� Narih CeRtrrzl 'i'exas Cauncil of Go�errnnents (NC'I'COG} Clean 5 (sansY�'uctic�n S�ecification [if reqtured for tl�e praject — vej'if� with City] b 1. Comply with equipmenf, operationai, reporting and e��forcement requirements set 7 fo��h in NCTCOG's Clean Const��tction Specificatian.} 8 1.5 SUBMITTALS [NOT USED] 9 1.6 ACTION SUBMITTALSIINFORMATIONAL SUBMITTALS [IVOT USEDj 10 1.7 CLOSEOUT SiTBMITTALS [NOT iTSED� 11 1.8 MAiNTENANCE MA.TERIAL SUBMITTALS [NOT iTSED] 12 1.9 QUALITY ASSURANCE [NOT USED� I3 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] I� l.l.i. FIELD [SITE] COND7TIONS [NOT USED] 15 I.�2 'WARRANTY [N4T rTSED] 16 PART 2- PRODT]CTS [NOT USEDJ 17 PART 3 - �XECUT�ON [NOT USEDj 18 19 END OF SECTION Revision L�g DA'I`� NAME SUNIMARY OF CIIANG� 1,4.B -- Added requiren�ent of compliance with Health and �afety Code, "1'itle 9. 8I31/2032 17. 7ohnson Satety, Subtitle A. Public Safety, Chaptei• 752. Fligli Voltage Overhead Lines. 1.A.E — Added Contractor responsibility for obtaining a'I'CEQ Air Permit 2Q CITY OF FORT WOI2TH STA�IDARD CONSTdiUCTlO�f 5PECl�TCATI031 DOCUMENTS Revised Decem6er 20, 2012 Comanche Srail - HIiOM CPN:lU3396 a13513-7 SP�,CIAL PRpJECT PROCEDURES Page 7 of S 1 2 3 4 5 b 7 s 9 l0 I1 12 13 14 l5 16 17 18 �9 2p 21 22 23 24 25 2.fi 27 28 29 30 31 �z 33 34 35 36 37 Date: CPN No.: Project Name: Mapsco Locatian: Limits of Constructian: EXHIBIT A (To be printed on Contractor's Lefterhead} -. - - - � _ - ' � �� ,: � - i � THIS 1S TO IN�ORIh� YOU THAT UNDER A CONTRACT WfTH THE CITY OF FORT WORTN, QUR COIIfIPANY W2LL WORK �N UTILITY LINES QN �R AROl11VD YDUR PROP�RTY. CONSTRUCTfON WILL. BEGIN ApPROXIMATEL,Y SEVEN DAYS FR�llfl THE DAT� OF TH1S N071C�. lF YOU HAVE QUEST'�ONS ABOUT ACe�SS, SECURITY, SAFETY OR ANY OTHER ISSLIE, PLEASE CAL�L.: i4�r. <cONTRACTOR�S SUPERIl�TENDENT� AT �7�LEPHQN� NO? OR flHr. <CITY IHSpECTqR� AT < TELEPHON� NO.� AFTER A�.30 PM OR ON WEEK�NDS, F'LEASE CA�L (817) 392 8306 PLEASE KEEP TNIS FL.YER HANDY WHEN YOU CALL CITY OP FQRT WaRTH STANDARD CQNSTRUCTION SP�CIFICATION DOGUMENTS Revised ]7ecember 20, 2012 Comanehe Tr¢il - HRQM CPI+l:I03396 a13513-8 SPECIAL PRO,�ECT PROCEDURES Page 8 of $ 1 2 EXHIBIT B �`ORT ��RT �: �� ��. � �� �: �o�°��� o� `�������� w�►'��� s�t���� ������u�'�o� �UE T[7 UTiLTTY I1.VIPR07�M�1�iT5 YDF YUITR NEXGHBURHOQA, XOi7A WAT�li SERVIC� WILL BE ILVTERRI)YTEp ON BE'�WPEN 7�� HOUItS O�' ,AiVD IF YOU HAYE QU�STIai�T$ AHOUT THIS S�UT�OUT, PLEASE CAI.I,: MR. AT (CON'TRACTORS SUPERINTEIYDEPIT) (3'EL�PHONE 1�[7MBER) OR ��. AT (CITY INal'ECTORj ITEL�PHONE 1�ITIMBER) THiS IIVCONVENI�PTCE vVl1�X. RE AS SHOR'i' AS POSSIDLE. THAiHK YOil, CQiNTRACTQR 3 n W CITY OF F�RT WORT'H STANDARIJ CONSTRUCTLON SFECIFICATfdN DOCUMENTS Revised 17ecember20, 2012 Comanehe Trail - KROM CPtJ; E a339.6 O1 45 23 TEST'TNG AND INSP$CTION SERVICE5 Page 1 of 2 SECT�ON U1 45 23 �'�STING AND INSPEC'T"IQN SERVICES PART 1- GENERAL 1.1 SUMMARY A. Section Includes: 1. Testing and inspecfion services procedures and coordination B. Deviations from this City of Port Worth Standard Specification 1, None. C. Relatad Specifica�ion 5ections includa, but are not necessarily limited t4: 1. Division 0-- Bidding Requirements, Contract Forms and Cpnditions of #he C.on�ract 2. Division 1— General Requirements 1.2 PR.IC� AND �'AYMEk�TT PRDCEDi]RES A. Measurement and Payment 1. Wark associated with fhis Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. a. Contractor is responsible for performing, conrdinating, and payrnent oi a[! Quality Control tesfing. b. City is responsible far performing and payment for �z�st set of Quali�y Assurance testing. 1) If the �rst Quality Assurance test performed by the City fails, the Contrac�or is responsible for payment of subsequent Quality Assurance �esting until a passing test occurs. a) Final acceptance will not be issued by City until all required payments for testing by Contrac�ar have been paid in fu11, 1.3 R�TERENCES �NOT USED] 1.4 ADMINISTRATNE REQUIREMENTS A. Testing 1. Completa testing in accordan�e with the Contract Doct�ments. 2. Coardina�ion a. When test3ng is required ta be perforrned by the City, notify City, suf�ciently in advance, when testing is needed. b. When testing is require.d to be completed by the Contractor, not[fy City, sufficiently in advance, iha� testing will be performed. 3. Distribution of Testing Reports a, Elecironic Distribution 1} Confirm development of Project directary for electranic sti�bznittals to be uploaded to the C�ty's document managez�rzent system, or anather external FTP site approved by the City. Cnmanche Trail - HROM CITY Oi' FORT WORTH CPN:1 p3396 STANDARD CONSTRUC'I'IQN SPECIFICATION DdCUMENTS Kavised March 9, 2020 01 45 23 TESTING AND INSPECTIOIV SEAVICES Page 2 of 2 2) Upload test reports to designated project directary and n�tify appropriate City. representatives via email of submittal posting. 3) Hard Copies a) 1 copy for all submittafs submiited to the Project Represeniative b. Hard Copy Distribuii4n (if required 1n li�u of electronic distriloution) 1) Tests performed by City a) Distribute 1 hard capy to the Contractor 2) Tests perfarmed by the Contractor a} Distribute 3 hard copies ta City's Project Repr�sentative �4. Provide City's Project Representative with trip tickets for each delivered load of Concr�te or Lime material including the following infarmation: a. Name of pit b. Date af delivery c. Material delivered B. Inspection 1. Inspection or lack of inspection does not relieve the Contractor from obligation to perform work in accordance with the Contract Doeuments. 1.5 SUBMxTTALS [NDT iTSED] I.6 ACTION SUBMITTAL51INFOkMATIONAL SiIBMTTTALS [NOT USED] 1.7 CLOSEOUT SUBNIITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED� 19 QU.ALITY AS�URANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] ]..I1 �'IELD [SITE] CONDITIONS [NOT USED] l..lz WARRANTY jNOT USED] �ART 2 - PRODUCT� [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTZON Revision Lng DATE NAME SUMMARY OF CIIANG� 3/9l202� D.V. MagaHa ���1Q�'�d reference to Buzzsaw and noted that elecf�•onic submitYals be uploaded ttuough the City s document management system. Comanche Trail - HRONf CiTY OF FORT VS'r]RTH CPN:10339b STANI]ARD CONSTRUCTION SPECIFICA`T'TON DOCUIvIE1Vi'S Revised �larch 9, 2o20 oisaoa-i TEMPORARY �'ACTLITIES AND CONTROLS Page 1 of 4 SEC�ION 0150 00 TEMPORARY FACILITIES AND CONTROLS PART1- GENERAL 1.1 SUMMARY A. Section Includes: Provide temporary facilities and controls needed far the Work including, but not necessarily lirnited to: a. Temporary utilities b. �anitary faci�ities c, Storag� Sheds and Buildings d. Dust contro] e. Temporary fencing of the constt-uction site B. Deviations from this City of Fort Worth Standard Specif7cation 1. Non�. C. Related 5pecification Sections include, buY are nat necessarily limited #o: 1. Division 0—Bidding Requirements, Contract Forrns and Condi#ions of the Contract 2. Division 1— General Requirements 1.2 PR�CE AND PAYMENT pROCEDURES A. Measurement and Payr�ent 1. Work associated with this Item is considered subsidiary to the �arious Items bid. No separate payment wilI be allowed for this Item. I.3 REFERENCES [NOT USED] I.4 ADM�NISTRATIVE R�Qi7TRENIENTS A. Temporary Utilities I. Obtaining Temporary Service a. Make arrangements with utility service eotnpanies for temporary services. b. Abide by rules and regulations af utility service companies or authorities having juri�dictian. c. Be responsible for u#ility s�rvice cosis until Work is appravad for Final Acceptance, 1) Included are fi�el, power, light, heat and other utility services neczssary for execution, completion, testing and initial operatian of Work. 2. W ater a. Contractor to pro�+ide water required for and in connention with Work to be performed and for specified t�sts of piping, equipment, devices or other use as required far tilae campletion of the Work, b. Provide and maintain adequate supply of potable water for doinestic consumption by Cont�-actoj� persannel and City's Project Representati�es. c. Coordination 1) Contact Ci�y 1 week before water �or construction is desired Comanche Trail - HROM CiTY OF FORT �YpRTH CPN:103396 STANDARp C�NSTRUCTION SP�CIFICAT1pN DOCUMENTS Revised July 1, 2011 oisoao-z TEIvIPpRARY FACIl.ITIE3 AND CON'C'ROLS Fege 2 uF 4 d. Contractor 1'ayment for Construction Water 1) Obtain constructior� water meter from City for payment as bilied by City's establjshed rates. 3. Eiectricity and Lighting a. Provide and pay for electric powered service as requirad for Work, including testing af Work. I) Pro�ide power for lighting, operation of equipment, or other use. b. Electric power service ineludes temporary power service or generator to mair�tain operations during scheduled shufdown. 4. Telephone a. Provide emergency teleghone se�rvice at Site for use by Contractor personnel and otliers performing work or fu.rnishing services at Site. 5. Temparary Heat and Ventilatia:� a. Frovide temporary heat as necessary for protection or completinn of Work. b. Provide temporary neat and venrilation to assure safe working canditions. B. Sanitary Faeilities 1. Provide and maintain sanitary facilities for persons an S�te. a. Gompiy with regu�ations of State and local departments of health. 2. Enfarce use of sanitary facilities by construction personnel at job site. a. Enclase and a.zachor sanitary facilities. b. Na discharge wi11 be allowed from these facilities. c. Collect and store sewage ar�d tWaste so as not to cause nuisance or heaith problem.. d. Haul sewage and waste o�f site at no less than weekly intervals and properly dispose in accordar�ce with applicable regulati�n. 3. Locate facilitie5 near Work Site and keep clean and maintained throughout Project. 4. Renaove facillties at completion of Froject C. 5torage Sheds and Buildings 1. Provide adequately ventilated, watertight, weatherpraof storage ,�acilities with floor above ground level for materials and aquipment suscept�ble to weather damage. 2. Sto.rage of materials not susceptible to weather damage znay he on blocks aff ground. 3. Store materials in a neat and orderly manner. a. Place rr�aterials and equipment to permit easy access for identification, inspectzon and inventory. 4. Equip building with Iockable doors and lighting, and provide electrieal servica �'or equiprt�ent space lieaters and heating or ventilatian as necessary to provide storage environments acceptable to specified manufacturers. 5. Fzll and grade site far temporary structures to provide drainage away from temporary and existing buildings. 6. �emove building fram site prior tn Fir►al Acceptance. D. Temporary Fencing 1. Provide and maintain for the duratian or construction when required in contraet documents E. Dust Control Comanche Trail - Ti120M C1TY QF FQRT WOl2TH CPN:103396 STANDARD CONSTRUCTION SPECIFICATIdN DOCiIMENTS Revised July 1, 2Q1 l Q15000-3 TEMFQR.ARY FACILETTES AND CONTROLS Page 3 oF4 l. Contractor is responsible for mairttaining dust contra� through the duration of the project, a. Contractor t�emains on-caIl at all times b. Must raspond in a timely manner F. Temparary Protection of Construction 1. Contractox or subcontractors are responsible for protecting Work frotn damage due to weather. �..5 SUBNIITTALS [NOT USED] 1.G ACTION SUBMTT�'ALS/INFORMATIQNAL SUBMITTALS [NOT USED] 1.7 CLOSEDUT SUBNIITTALS [NOT USED] 1.8 MAINTENANCE MATERTAL SUBMITTALS [NOT USED] 1.9 QUALYTY ASSURANCE [NO'� USE.D] 1.1Q DELIVERY, S�QRAGE, AND HANDLING [NOT USED] I.I1 FX�LD �SITE] CONDTT�ONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - �XECUT74N [NOT USED] 3.1 TNSTA.LL�R,S [NOT II�ED] 3.2 EXA.MINATION [NOT USED] 3.3 PREPARATT4N �NOT USED] 3.4 TNST�iLLATION A. Terr�porary Facilities 1. Maintain all teinporary facilities for duration of canstruction activities as needed. 3.5 [RCPAJ�2] / [RESTORATTQN] 3.6 RE-INSTALLATION 3.7 FIELD [aR] SYTE QUALITY CONTROL [NOT USED] 3.$ SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USEDJ 3.10 CLE.A,I�TING [NOT iTSED] 3.11 CLOSEQUT ACTIVITIES A. Temporary Facilit�es Comanche Trail - EiROM C1T1' OF FpRT WDRTH CPN; IU3396 STANDART] CONS"CRUCTION SPECIFICATIDN DOCUMENTS Revised July 1, 20l l o� sqDa-a TEMFORARY FACQ.IT�S Ai�ID COAITROLS Page 4 of 4 1. Remove all iemporary facilities ar►d restore area after completion of the Wark, to a condition equal io ot better thazz prior to start af Work. 3.12 PROTECT�ON [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTX4N Revisian Lag DATE NAM� SUMMA.RY OF CHANGE Comanche Trail - HROM CITY OF PORT W DRTH CPN:103396 3TANDARD CONSTRUCTIpN SPECIFICA"fION DOCUMElVTS Revised July l, 2Dll O15526-1 STREET US� PERNIIT AND MpD�'ICATIONS TO TRAFFJC CQNTROL Page l oF3 � 2 SECTION Ql. 5� �6 STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL 3 PART Z - GII�2AL 4 1.1 S[TMMARY 5 6 7 8 9 10 11 I2 I3 14 15 A. SectionIncludes: 1. Administrative procedures for: a. Streat Use Permit b, Modification of appro�ed traffic cantrol c. Removal of StreeE Signs B. Deviatior�s from this City ofFort Worth Standard Specifcat.ion I. None. C. Related Specification Sections include, but are not necessa.rily Iimited to: 1. Division 0— Bidding Requirements, Contract Forms and Canditions of the Contract 2. Divis ion 1— General Requirements 3. Section 34 71 13 — Traffic Control 16 1.2 PRICE AI�ID PAYMENT PROCEDURF� 17 A. Measurement and Payment 18 1. Work assoc.iated withthis I#em �s cansidered subsidiary ta the �arious Items bid. 19 No separate payment will be allowed for this Itern. ZO L3 R,E�'E1tENCES 21 A. Reference Standards 22 1, Reference standards cited in this specification refer to the current reference standard 23 published at the titne of the ]atest revision date logged at the end of this 24 apeciftcation, unless adaieis specif'zcally cited. 25 2. Texas Manual on Uniform Traffic CantrolDevices (TM[TTCD}, 26 1.4 ADNIIN�57RATIVE REQUIREMHNTS 27 28 zg 3.Q 31 32 33 34 35 36 A. Traf�c Contral 1. Generaf a. Contractor shall minirniz� lane closures and impact to vehicularlpedestrian traffic. b. When traffic cantrol plans are included in the Drawing�, prowide Traffic Controlin accorcEance with Drawings and Section 34 7I 13. c. Whentraffic controlplans are not iricluded in the Dra�vings, prepare trafflc contral plans in accordance with 5eetion 34 71 13 and submit to City fnr review. 1) Allow minirnum IO working days for review af praposed Traffic Control. Comanche Trail - HROM CITY OF FORT WORTH CPN;103396 STAN�ARII CON$TRUCTIQN SPECI['ICATION 170CUMENTS Revised March 22, 2021 o� ssz6 -2 STREET USE PSRMii' ANT] MODIFICATIONS TO TRAFFIC CONTROT. Page 2 nf 3 1 2) A traffie contral "Typical" published by City of Fort Warth, the Texas 2 Man�al Unif"�ed Tra�fic Contro3 Devices (TMITI'CD) or Texas Department 3 of Transportation (T�DOT) canbe used as an alt�rnative to preparing 4 project/sit� specifi� traf�c can4ro.lplar� ifthe .typical is applicable to the 5 specific prc�ject/site. 6 B. Street Use Perrriit 7 I. Priar to instaliation of Traffic Control, a City Street Use Permit is required. 8 a. Ta obtain Street T�se Permit, sub�nit Traffic ControlPlans tn City 9 Transportation and Public Works Department. 10 1) Ailow aminimum of 5 working days for permit review. 1 l 2) It is the Contractor's responsibility to coordinate review of Traffic Control 12 plans for Street Use Permit, such thai construction is nat delayed. 13 14 15 16 17 18 19 20 C. Modificatian to Approved Traffic Control 1. Prior to installatian traffic control: a. Submit revised traffic control plans to City Departmen.t Transportation and �'ublic Works Department. 1} Revise Traffic Controlplans in accordancewith Sect�on 3� 71 13. 2) Aliow xninimum 5 working days fflr review oire�ised Traffic Control. 3) It is the Cantracior's responsibility to coord�ate review a�Traffie Contro� plaris for Street i)se Permit, such that construction is not delayed. 2I D. Removal of Stre�t Sign 22 1. If it is determined that a sireet sign must be removefl for canst�u.ction, then contact 23 City Transportation and 1'ublic Warks Depariment, Signs and Markings Division to 24 remove the sign. 25 E. Ternporary Signage 26 1. I�n the case of regulatory signs, replace permanerit sign with temparary sign meeting 27 requi�em.ents of the latest edi�ion of the Texas Manual on Uniform '�"raffic Contral 28 Deviees (Mi_TI'CD). 29 2. Install temporary sign before the removal of permanent sign. 30 3. Wkzen eonstruction is complete, to tk�e extent that the permanent s ign can be 31 reinstalled, contactthe City Transportation a.nd Public Works Department, Signs 32 and Markings Division, to reinstal3 thepermanent sign. 33 34 F. Traf�c Control 5tandards I. Traffic Control Standards can be found on the City's w ebsite. 35 1.� �vENIITTALS [NOTUSIDI 36 A. Submit all required docurrzentation to City's Project Representative. Comanche Trail - HROM CTTY OF FORT WORTH CPN:103396 STANDARD GQNSTRUCCION 5PECIFICATION DOCUM�NT5 Revised March 22, 2D2] O1 5525-3 STR$ET U5E PHRMIT AN17 M.dDIFICATIONS TO TRAFFIC CONTROL Page 3 oi 3 1 1.6 ACTION SUBMiTTALS1INFORMATIONAL SiJBMITTALS [NOT USID] 2 1.'� CLOSEOUT SUBMITTAL�S [NOT U'SID] 3 1..8 MA�NTINANCE MATERiAL SiTBMITTALS [NOTUSED] 4 1.9 QUALITY ASSUItANCE [NOT LTSID] 5 1.I0 DELIVERY, STORA,GE, AND HANDLING [NOT iTSID] 6 1.11 FIELD [SI'TE] CONDITIONS [NOT USID] 7 1.12 WA1212ANTY jNOT USID] 8 PART 2� PRODUCTS [NOT USID] 9 PART 3- EKFCiJT[QN [NOT USID] 10 11 12 IND OF SECTIDN Re�isian Log � DATE NAIVIB S1IMMARY OF CHAIVGE 1.4 A. Added language to empE�asize minimizing of lane closures and impacC to traffin. 3 /2 212 0 2 1 M Ow�n �'`�'9`• 1, c. Added language to allow for i�se ofpuhlished traffic controf "Typicals" appLicxb�e to specific projeot/site. 1.4 T. 1) Removed reference t� Buzzsaw l.5 Added languaga re: suhmittal of permit CITY OP FORT WORTH Comanche Trxil - T-CROM CPN;103396 STAl�fI7AR17 CONSTCtUCTION SPECIE'ICEtT1pN I]OCiIMENTS Ravised March 22, 2021 ats�i3-1 STORM WATER POLLiITIQN PREVEI�ITIOIV Page 1 of 3 �ECTION 41 57 13 STORM WATER POLLUTI�N 1'REVENTION PART1- GENERAL 1.1 SUMMARY A. Section Includes: 1. Procedures for Storm Water �'ollution Prevention Plans B. Deviations fram t�is City of Fart Worth Standard Specifi.cation 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0— 8idding Requirements, Contract Forzns and Conditions of the Contract 2. Division 1— General Requirements 3. 5ectian 31 25 00 —Erosion and 5ediment Control 1.2 PRYCE AND PAYMENT PROCEDURES A. Measurement and Payment I. Canstruction Activities resulting in iess than 1 acre of disturbance a. Work associated with tktis Item is considered suhsidiary ta the various Items bid. No separate paymant will be allowed foz this Item. 2. Construction Activities resulting in greater than 1 acre of disturbance a. Measurement az�d Payment shall be in accordance with Section 31 25 00. 1.3 RE�'ERENCES A. Abbreviations az�d Acronyms 1. Notice af Intant: NOI 2. Notice af Terrnination: NOT 3. �tornn Water Pollutian Preventiarz Plan: SVt�PPP �4. Texas Connmission on Environmenfal Qualit�r: TCEQ 5. NoUce of Change: NOC A. Reference Standards 1. Reference standards ciied in this Specification refer to the current reference standard published at the time of the latest revision date logged at the end of this Specification, unless a date is specifically cited. 2. Iniegrated Storm Management (i�WM) Technical Manuaj for Consiructian Contrflls 1.� A.DMINISTRATIVE REQUIREMENTS f1. General 1. Contractor is responsible for resolution. and payment of any fines issued associated with eompliance to Stormwater Pollution Prevention Plazi. Comanche Trail - HROM CTTY OF PORT WOIZTH CPN:10339b STANDARD CONSTRUCTION SPECIFICATIQN I70CLIMENTS Revised luly 1, 2011 ots7i3-2 STDRM WATER POLLUT[ON Y1t�VENTION Page 2 of 3 B. Construction Activities resulting in: 1. L.ess than 1 aet'e of disturbance a. Provide erosian and sediment control in accordance vrith Sectian 31 25 06 and Drawings. 2, 1 to less than 5 acres of disturbance a. Texas Pollutant Discharge Elimin.ation System (TPDES) General Construction �ez'mit is required l�. Complete SWPPP in aecordanee with TCEQ requiremants I) TCEQ Smaal Construction Site Natice Required under general permit TXR15040Q a) 5ign and post at jab site b} Prior to Precanstructian Meeting, send 1 copy to City Department of Transportation.and Public Works, Environmental Division, ($17} 392- 60$$. 2) Provide erosion and sediment control in accordance with: a) 5ecf�on 31 25 p4 b) The Drawings c) TXRISOOOD General Permit d) SWPPP e) TCEQ requirements 3. 5 aczes or more of Disturbance a. Texas Pollutant Diseharge Elimination System (TFDES) General Construction Permit is required b. Complete SWPPP in accordance with TCEQ requirements 1) Prepare a TCEQ NOI form and s�tbmit to TCEQ along with required fee a) �ign and post at job site b} Send copy to City Department of Transportation and Puhlic Wozks, Environmental Division, (817} 342-6Q88. 2) TCEQ Notice oi Change required if making changes or updates to NOT 3) Prnvide erosion and s�diment control in accordan�ce with: a) Section 31 25 00 b) The Drawings c) `I'XR1500Q� General Permit d) SWPPP e) TCEQ requirements 4) Once the project has heen completed and all the clos�out requirements of TCEQ have been met a TCEQ Notice of Termination can 6e subznitted. a) Send copy #o City Department of Transportation and Public Works, Envirozlanenta! Division, {817) 392-b088. 1.5 SUBNIITTALS A. SWPPF 1. Submit in accordance with Section O1 33 �0, except as stated h�rain. a, Prior to the Preconstruction Meeting, submit a draft copy of SWPPP to the City as fo�lows: 1) 1 copy to the City Project Manager a) City Project Manager will forward to the City Department of Transportation and Pub]ic Works, Environmental Division for review comanche Tcail - HROM CITX OF FORT WOIt'I'H CrN:103396 3TANDARll CONSTRUCTION SP�CIFICATION DOCUMENTS Re�ised luly 1, 2Q11 O15713-3 STpRM WATER YOLLUTION PRSVENTSON Page 3 of 3 B. Modified SWPPP 1. If the BWPP�' is revised during construction, resubmit madified SWPPP to the City in accordance with 5ection O1 33 OQ. 1..6 ACTION Si1BMITTALSIXNk'�RMATZONAL SUBMITTALS [N4T USED] ]..7 CLDSEOUT SUBMITTALS [NOT LTSED] 1.8 MAINTENANCE MATERTAL SUBMITTALS [NOT USED] ].9 QUALITY ASSURANCE [NOT USED] 110 DELN�RY, STORAGE, AND HANDLII�TG [NOT USED] 111 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT IISEDj PART 2 - PRODUCTS [NOT iTSEDj PART 3 - EXECUTION [NOT USED] �ND O�+ SECTIQN Revision Log DA'I'E NAME SUMMARY OF CHANGE Comaache T�ail - HROM CTI'Y OF' �'p12T WORTH CPN: ID3396 STANI]AI2D CON5TRUCTION SP�CIFICATIDN DOCiIMENTS Revised duly ], 2011 Ol 5& 13 -1 TEMPQRARY PR07ECT SIGNrS.GE Page 1 of 3 SECTION 015813 TEMPQRARY PROJECT SIGNAGE PART ]. - G�NERAL 1.1 SUMMARY A. Section Includes: 1. Temporary Projec# Signage Requiremenfs B. Deviations from this City of F'ort Woz�h Standard Speci�cation l. NaRe. C:. Related $peci�cation Sections include, but are not necessarily limited to: 1. Di�ision 0— Bidding Requirements, Contract Farms and Conditions of the Contract 2. Division 1— CTeneral Requirements l.2 PRICE AND PAYMENT PROCEDURES A. Measurennent and Payment 1. Wqrk assaciated with this Item is considered subszdiary to the vario�s Items bid. No separate payrr�ent vt+ill be allowed for #his Item. 1..3 RERERENCES [NOT USED] 1.4 ,A,DMINISTRATNE R�QUXREMENTS [NDT USED] 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMZTTALS/INFORMATIONAL SUBMXTTALS [NOT USED] 1.7 CLOSEOUT SUBMiTTALS [NOT USEDI 1.$ MA.INTENANCE MAT�RYAL SUBMITTALS �NOT USED] Y.9 QUALZTY ASSURANCE [NOT USED] LIQ D�LIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CQNDITIONS [NOT USED] 1.12 WARRANTY jNOT U�ED] �ARTZ- PRODUCTS 21 OWNER-FUI2NISHED [ox] OWN�R-SL]P�'LIEDPRODUCT� [NOT USED] 2.2 EQiTIPMENT, PRODUCT TYPES, AND MATERIA.LS A. Design Criteria 1. Provide free standing Project Designation Sign in accorda�ce with City's Stancfard Details for project signs. Comanche Trail - I-LRdM C1TY OF �QRT WOItT�I CPN;103396 STANDARD CONSTRUCTION SPECIFICATiON I7QCLTMEI�TS Revised duly 1, 2011 O 1 5$ 13 - 2 TE14fPORAAY PR03�CT SIGNAGE Page 2 of 3 B. Materials 1. Sign a. Constructed of 3/4-inch fir plywood, grade A-C (eXterior) or beiter 2.3 �iCCESSOR:IES [NOT USED] 2.4 SOLTRCE QUALXTY CONTROL [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NUT USED] 3.2 EXAMINAT�ON (NOT USED] 3.3 PREPARATI�N [NOT USED] 3.4 INSTALLAT�ON A. General L�rovide vertical instaliation at extents of project. 2. Relocate sign as needed, upan request ofthe Cit3�. B, Mounting options a. 5kids b. Posts c. Barricade 3.5 REPAIR 1 RESTORATION [NOT USED] 3.b RE-INSTALLATION [N�T USED] 3.7 FIELD [oR] SITE QUALITY CONTROL [NOT USEDj 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [N{)T USEDj 3.11 CLOSEOUT ACTZ V'ITIE� [NOT i1SED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE A, General l. Maintenance will inclUde painting and repairs as needed or diz'ected by the City. 3.1� ATTACHMENTS [NOT USED] END OF� SECTION Comancha Trail - HRpM CTT'Y OF FOItT WORT�3 CPN;103396 STANDARD CONSTRUCI'ION 5PECIFICATIQN DbCUMENTS Revised duly l, 2fl] 1 07 58 13 - 3 TEMPORARY PR0IECT 5iC'iNAGE Page 3 of 3 Revision Log DATE NAME SUIvIM�RY OF CHANGE Comanche Trail - HROM CITY D�' FORT WORTH CPTf:103396 STAN]aARD CON5TI2UCTION 5PEC[F'ICATION DOCUMENTS Revised July 1, 2011 o� 6a o0 PRODLICT REQLJ fREMENTS Page 1 oF2 SECTION 0] 60 OQ PRODUGT REQUTREMENTS PART 1 � GENE_R_AT, 1.1 SUMMARI' A. Sectian Includes: 1. References for Prnduct Requirements a�d City Standard Praducts Lisi B. Deviations from this City of �'ort Worth Standa�'d Speci�ication 1. None. C. Related 5peciiicatian Sections include, but are not necessaril� Limited to: 1. Division 0— Bidding Requiremenis, Contrac# Forms and Canditions of the Contract 2. Division 1-- G�neral Requirements 1,2 PRICE AND PAYMENT PROCEDURES �NOT USED] 1.3 RE�ERENCES �NOT USED] i.4 ADMINISTRATIVE REQVIREIVI�NTS A. A list of City approved products for use is available tl�rougii the City's website at: https://apps.fortworthtexas.govlProjectResaurcesl and following the directory path; 02 - Construction Docutn.ents/5tandard Products List B. Only prodncts specifieally included on City's Standard Praduct List in t��se Contract Dacuments sha11 be allowed for use on the Project. 1. Any subseqU�ntly approved products will anly he allowed for use upon specific approval by tlse Ciiy. C. Any specific prodvct requuements in the Contract Docnm�nts supersede similar products included on the City's Standard Product �.ist. 1. The City reserves the right to not allow products to be used foz' certain proj ects even though the product is listed on the City's Standa�d Product List. D. A1tho�zgh a specific product is included on City's Star�dard Product List, not all products fro.m that manufacturar are approved for use, inc3uding but not limited to, that manufacturer's standard product. E. See Section 01 33 00 for submittal requirements of Product Data inclvded on City's Standard Product List. 1.5 SUBIVIITTALS �NOT USED] 1.G ACTION SUBMITTAL,SIINr+'ORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSE�UT SUBMITTALS [NOT USED] 1.$ MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 19 QUAL�TY ASSURANCE [NOT USEDj Camanche Trail - EIROIVI CIT'Y OF FQFiT VJOItTH CPN,103396 STANDARD CON3'I'RUCTION SPECIFICATION UQCiSM�NTS Revised 1VFarch 9, 2020 Q i 60 oa PROI7UCT REQi7IItSMENTS Page 2 of 2 110 DELIVERY, STORAGE, AND HANDLING [NC)T U�ED] 1.11 FIELD [SXTE] CONDIT�ONS [NOT US�D] 1.12. WARRANTY �NQT i7�ED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END QF �ECTION Revision Log DATE NAME SUN4VIARY O�' CIIANGE 1U/12/12 D. Johnson Modified I,ocation of City's Standard Product List 3/9f2020 D.V. Magana Removed i�ferenee to Bu�zsaw and noted that the City approved producis list is accassible thraugh the City's websiie, Comanche Ttail - HRqM C1TY Ok' PORT WORTIi GPN:1D339b STANDF1Iill C�NSTRUCTION SPECIFICATION 1]i7CUMENT3 Ra�ised March 9, 202Q ot 6fi ao - � P12017UCT STORAGE AtJA HANDLING £{EQUII2�MENTS Page I of 4 SECTION Oi 66 00 PRODUCT STORAGE AND HANDLING REQUIREMENTS PART1- GENERAL 1.1 SLTMMARY A. 5ection Includes: 1. Schedulin� of product delivery 2. Packaging of products far delivery 3. Protection of products against datnage from: a. HandTing b. Exposure to elements or harsh environments B. Deviations fro:m this City of Fort Worth Standard Spec�fication 1. None. C. Related Speeification Sections include, but ar� not necessarily limited to: 1. Division 0— Bidding Requirements, Cantract Forms and Conditions of the Contract 2. Divisian 1— General R�quirernents 1.2 �'RYCE AND PAYMENT PROCEDURES A. Measurement and Paym�nt I. Work assoeiated with this Ite�n is considered subsidiary ta the various Items bid. No separate payment will be allowed for ihis Item. 1..3 REFERENCES [N�T USED� 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITTA.LS [NOT USED] 1.6 ACTION SUBM�'I'TALS/INFORMATIONAL SUBM�TTALS [NOT USED] 1.7 CLOSEOIIT SUSMXTTALS [NOT USED] 1.8 MAINTEIVANCE MATERL4L SUBMiTTALS [NOT USED] 19 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY AND HANDLING A. Delivery Requirements l. Schedule delivery of prociucts or equipment as required to allow timely installation and to avoid prolonged storage. 2. Provide appropriate personnel and equipment to receive deiiveries. 3. Delivery trucks will not be permitted to wait extended periods of time an the Site for personnel or eyuipment to receive the delivery. Comanche Trail - HROM C1TY OF FOKT WOTtTH CPN; ID3396 STANDARD CQNSTRUCTibN SPECIPICATION DOCUMENTS Revised 7uly 1, 2011 016600-2 PRODUCT STORAG�E AND IIANDLING AEQUIREMEI�ITS Page 2 of 4 4. Deliver products or equipment in manufacturer`s original unbroken carton:s or other containers designed and canstructed to protect �l�e contents from physical or environmental damage. 5. Clearly and fully mark aiad identify as to manufacturer, item and installation location. b. Provide manufacturer`s instructions for storag� and handling. B. Handling Requirements 1. Handle products or equipment in accardance w[th tk�ese Contract Documents and manufacturer's recornrnendations and instructions. e. Storage Requirernents ]. Store materiats in accordance with manufacturer's recomrnandatians anc3 requirernen�s of these Specifications. 2. Make necessary provisions for safe storage af rrmaterials and equipment. a. Place laose sail materials and materials to be incorpat'ated into Worlc to prevent damage to any part of Work or existing faciIities and to maintain free access at aIl times to all parts of Wark and to utili#y service company instaliatians in vicinity of Work. 3. Ke�p materials and equipment neatly and cortzpactly stared in locations that vvilI cause minirrium inconvenieace to other contractors, public traael, adjoining owners, tenants and occupants. a. Arrange storage to pro�ide easy access for inspeetion. 4. R�strict storag.e to areas available on construction site for storage of mater'tal and equipzt�ent as shown on Dra�ings, or approved by City's Project Representati�ve, 5. Provide off site storage and protection when on-site storage is not adequate. a. Pro�ide addresses of and access to off-site storage loeations for znspec�ion by City's Project Representative. 6, Do not use lawns, grass plots or other private property for storage purposes withnut written permission of owner or other person in possession or control af premises. 7. Store in mataufacturers' unopened containers. 8. Neatly, safely and compaetly stack materials delivered and stored along Iine of Work to avoid inconvenience and damage ta property owners and gen�ral public and maintain at Ieast 3 feet from 1'ire hydran.t. 9. Keep public and pri�ate driveways and street crossings open. 10. Repair oz' z'eplace damaged lawns, sidewaIks, streets or other improvements to satisfactio� af City's Praject Representative. a. Total length whida materials may be distributed along rout� ai construction at �ne time is 1,pQQ linear feet, unlass otherwise approved in writing; by City's Project Representative. C1TY OF FORT WORTH Comanche Trail - HROM 5TA?�CDARD CONSTRIICTIQhF SP&CITICATIDN DOCUMENTS CPN:103396 Revised 7uly 1, 2Ql l U16600-3 PRdDUCT STORAGE AND HANDLING REQ[]IIZENfENTS Page 3 of 4 1.11 FIELD [SYTE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT iTSED] PART 2 - PRODUCTS [NOT U�ED] PART 3 - EXECIITION 3.1 �NSTALLERS [NOT USEDj 3.2 EXAMINATION [NOT USED] 3.3 I'REPt�RATION [NOT USED� 3.4 ERECTION [NOT USED] 3.S REPAIR 1 RESTORATION [NOT i7SED] 3.6 RE-INSTALLATION [NOT USED] 3.7 F�IELD [on] SITE QUALITY CONTROL A. Tests azad Tnspections 1. Inspect all products or equipment delivered to the site prior tn un�oading. B. Nan-Conforming Work 1. Reject aIl products or equipment that are datnaged, used ox in any other way unsatisiactory for use on the project. 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.I0 CLEANING [NOT USED] 3.1..1 CLOSEOUT ACTIVITIES [NOT U�ED] 3.12 PRdTECTION A. Frotect all products or equipmznt in accotdance with manufacturer's wrii�en dir�ctions. B. Store products or equipment in location to avoid physical damage to items while in storage. C. Protect equipment from exposure to ��ements and keep thoroughly dry if required by the rzzanufacturer. 3.13 MAINTENANCE [NOT USED] 314 ATTACHMENTS [NOT USED] END 4� SECTION Comanche Trail - i3RpM C1TY OF FORT WORTH CPN;103396 STANDARD CONSTRUCTION SPECIFICATSON DOCUM�IV'1'S Revised July 1, 20i 1 016fi00-4 PROBUCT STQltAG& AN� HANDLING REQULlt�M�NT5 ['aga 4 of 4 Aa�ision Log DATE NAME SiTMMARY OF CHANG� C1TY OF F�RT W012TH Comannhe Trail- HItOM STANQ.AKI] CpNSTRUCTTQIV SPECIFICATION DdGUMENT3 CPN:103346 Revised July [, 2011 oi�oao-� MQSII,IZATION AND REM4BII,IZATION Page 1 of 6 1 z S�CTroN o� �a o0 MOBILIZATION AND R.�MOBILIZATION 3 PART1- GENERAL 4 1.1 BUMMA.RY 5 A, Section Includes: 6 7 S 9 �� �1 12 13 i�► 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 3� 31 32 3 . Mobilization and Demobilization a. Mabilization 1) Transportation of Contractor's personnel, equiprnent, and operating supplies ta the Site 2) Establishment oft necessary general facilities for the Contractor's operatian at the Site 3) Premiums paid for performance and payment bonds 4) T�ansportation of Contractar's personnel, equipment, and operating supplies to another location within the designated Siie 5} Relocatian of necessary general facilities far the Contractar's operation frarn I location to another location on the Site. b. Demobilization 1) Transportation af Contractor's personnel, equipment; and operating supplies away from the Site including disass�rnbly 2j Site Clean-up 3) Removal of aIl buildings and/or oth.er facilities assembled at the Site for this Cottt�•act c. Mobilization and Demobilization do not include activities for specific items of work that are for wtiich payrnent is provided elsewhere in the contract. 2. Remabilizatio�a a. Aetnobilization for Suspension of Work spe�iiicalIy required in tL�e Contract Doeuments or as z'equired by City includes: 1) Demabilization a) Transportation of Contractor's personnel, equipment, and operating suppli�s fi�om tk�e 5ite including disassembly or tempnrarily secw'ing equipmeni, supplies, and other facilities as designated by the Cantract Dacuments necessary to suspend the Work. CITY OF FORT WOTtTH STAIVAARD C�NST`RiICT[O1V SPECIFICATTON DOCUMENTS Revised Novambar 22, 2Q 16 Gomanche Trail - HRQNi CPN:1D3396 o � 7a aa - z MOBCLIZATION AND REh�IOSIL[ZATIDN Page 2 of.5 1 b) Site Clean-up as designated iii the Contract Docuznents 2 2) Remohilization 3 a) Transportation of Cant��actor's personnel, equipment, and o�aerating 4 supplies to the Site necessary to resume the Work. 5 b) Es#ablishment of necessary general facilities for ihe Contractor's b operation at the Site necessary to j•esume the Work. 7 3) No Payments will be made fpr: 8 a) Mohilization and Demobilization from on� location to another on the 9 Site in the normal progress of performing the Work. 10 b) Stand-by oi• idle time 11 c) �.ost pra�ts 12 3. Mobilizations and D�rz�obilization for Miscellaneous Projects 13 a. Mobilization and Demobilization 14 1) 1Vlobilization shall consist of the acti�ities and cost an a Work Ord�r hasis 15 necessary for: 16 a) Transportation af Contractor's personnel, equipment, and operat�ng 17 supplies to the Site far the issued Work Ox•der. 18 b) Establishment of necessary general facilities for the Contr�.etor's 19 operation at the Site for the issued Work 4rder 20 2) Demohilization shall consist af the activities and cast necessary for: 21 a} Transportatian of Contractor's personnel, equipment, and operating 22 suppl�es fi•orn the Sita including disassembly for each issued V4�orlc 23 Order 24 b) 5ite Clean-up fot• each issued Work Order 25 c} RemavaI of all buildings or other facilities assembled at the 5jte for 2fi each Work O.der 27 6. Mobiiizatian and Demobillzation da no# include activities for specific items af 28 wor[c for which payment is provid�d elsewhere in th� contract. 29 4. Emergency Mobilizations ar�d Demobilizat�on iar Miscellaneous Projects 30 a. A Mobilization for MiscelIaneous Projecta when direcfed by the City and the 31 mobilization occurs within 24 hours c�f the issuance oi the Wor1� Order. 32 T3. Deviatinn� from this City of Fart Worth Standa►•d Specification 33 1. None. Cl'I'Y OF rORT WO.RTH Comanche Trail - HROM STANDARD CONSTRUCTIOIV SPECIFICATION DOCUMENTS CPN:1 D339b Rer+ised Novemk�er 22, 2016 0170D0-3 MOB�I.IZATIOIY AND REMOSILiZATION Pege 3 af 6 1 C. Related Specificatio.n Sections include, but are not necessarily limited to; � 1. Divisio� 0— Bidding Requirements, Contract Forms and Condztians nf the Cantract 3 2. Division 1— General Requirements 4 1.2 PRICE AND PAYMENT PROCEDURES 5 A. Measurement and Payment 6 1. Mobilizaiion and Dezn.obilization 7 a. Measute 8 1) This Iteria will be measured by fhe Iump sum or each as the wark 9 progresses. Mobilization is calculated an the base bid only and will not be �.D paid. for separately on any additi�ve alternate items added to the Contract. 11. 2) Demobilization shall be cansidered subsidiary to the various bid items. �.2 b, Payment 1,3 1) For this Item, tha adjusted Contract amount will be calculated as the total 1A� Contract amount less the lump swr� for mobilization. Mobilization shall be 15 made in pai�tial payments as follaws: 16 aj VVhen 1% of the adjusted Contract ataaount for constructian Items is 17 earned, 54% of the mobilization lump sum bid or 5°/4 of the to#al Cantraet 18 amoun�, whichever is less, wil! be paid. 19 b) When 5% of the adjusted Contract amount for co:nstruction Items is 20 earned, 7S% Qf the mobiliz�tion lump sum hid or 10% of th.e total Cont�•aet 21 amount, vvhichever is Iess, will be paid. Previous payrrients under the Item 22 will be deducted fronl this amount. 23 c) When 10% af the adjust�d Cantract arnount for eonstruction Items is. 24 ea�'ned, 1 DO% of the mabilizatian luznp suzzi bid ar 1 p% of tha tota[ 25 Contract a�ount, whichever is less, will be paid. Pr�vious payments under 26 the Ttem will be deducted from this amount. 27 d) A bid cantaining a toYal far "Mnbilizat�on" in exeess oi 1Q% af'total 28 contract shall be con.sidered unbalanced and a cause for consideratio�n 29 of rejection. �0 e} The Lump Sum bid for "Mobilization — Pav�ing/Dra�nage" shall NOT 31 include any cost or sum for nnobilizatiou ite�ns associated witii 32 waterlsewer items. Those costs shafl be included in the varipns 33 water/sewer 6id �tetns. Othe►-wisa the 6id Items sl�all be co�asidered �� unbalanceci and a cause for consideratian o�rejection. 35 � The Lunr�p Sum bid for "Mobilizafian — Paving" s�all NOT include 36 any cost or su�n for �x►abilizatiau items associated with drainage items. CITY OF FOR"!' W4RTH STANDARD CONSTi2UCTION SPEC�ICATIQ[� DOCUM�N'I'S Camanche Trail - HROM CPN: IQ339G Revised I�Tovember 22, 2016 o�-�aao-a MQBILIZATION AN� REMOBILIZATIDId Page 4 af S 1 Thnse costs shall be inclnded in the "Mobilization — Drainage" Lnnrap � �Sunr� bid Ite�n. Otherwise the bid Items shall be cQnsidered un.baIanced 3 �nd a eause for consideration of rejection, 4 g) The Lump Sum bid for `�Mobilization — Drainage" shall NOT 5 include ar�y cost ar sum for mobilization items assaciated with paving 6 items. Those costs shall be included in the "Mobilization — Paving" 7 Luxnp Sum hid Item. Otherwise the bid Xterns shall be considered 8 nnbalgnced and a cause for considerafion of rejectian. 9 2} The work pet�formed and materials furnished for demobilization in 10 accordance with this Item are su[�sidiary ta the various Items bid and no other 1�. eompensation will be allowed. 12 13 14 15 16 17 �.8 19 20 2. Remobilization for suspension of Wark as speciftcally required in the Contract Dacuments a. Measurement 1} Measur�ment for tlus Item shalI be �er each remobilizatiqn performed. b. Payment 1) The work perfoz•med and materials furnished in accordance with this Item and measured as provided nnd�:t "Measurement" wi1l be paid for at the unit price per each "Specified Remobilization" in accordance with Contract Docu�n�nts. 21 a The price shall include; 22 1} Demobilization as described in Section 1,1.A.2,a.1) 23 2) Re.mohilization as described in Section 1.1.A.2.a.2) 24 d. No pa}�merats vvill be made for standby, idle #ime, or lost profits assqciated this 25 Item. 26 27 28 29 30 31 32 33 34 35 3. Remobilizatiqn fnr s�spension of Work as required by Gity a. Measurement and Payment 1} This shall be submitted as a Conft•act Claim i� accordance wifh Ariicle 10 of Section 00 72 00. 2} No payments will be made for standby, idle tizn.�, or lost profits associated with this Item. 4, Mobifizations and I)emobilizatians for Miscellaneous Projects a. Measurerrient 1} Measur�m�nt %r �his Item sha11 be for each Mobilization and D�tnobilization required by the Contract Documents CITY OF FORT WORTH STANDARD CONSTRUCTIpN SP�GIFICATION DOCUMENTS Revised Navember22, 2016 Comanche Trail - HItOM CPN103396 017040-5 MOBILIZATTON AND RENfi�BILIZATION Page 5 of 6 1 b. Payment 2 1) `I'he 1JVark performed and materials fuvnished in accordance with this Item 3 and measured as pz'ot+ided undec "Measueement" wil� be paid for at the unit 4 price per each "Work Order Mobilization" in accordance with Cont►'act 5 Documents. Demobilization shall be considered su6sidiary to mobilization 6 and shall not he paid for separately. 7 c. The price slaall in�lude: 8 1) Mobilizatian as described in Section 1.3.A.3.a.1) 9 2) De�obilization as desc.ribed in Section 1.1.A3.a.2} 1,Q d. No payments wiIl be made for staridby, idle time, or Iflst profits associated this 11 Ttem. 12 13 1�} 15 3.6 17 Zs 19 20 21 22 23 24 25 25 S. Emergency IVlobilizations and Demobilizations for Miscellaneaus Projects a. Measurement 1) Measiuement for this Item shall be for each Mobilization and Demobilizatian f'equired by the Contract Doeuinents b. Payment 1) The War� performed and materials furnished in accordance with th�.s I#em and measureti as provided urider "Measurement" wi�l be paid for at the unit price per each "Work Order Emez'gancy Mobilization" in accordance with Contract Dacuments. Demobilizatian shall be cansidered aub:sidiary to mobilization and shall not be paid for separately. c. The price shall include 1) Mobilization as descrihed in Section I.1.A.4.a) 2) Demobilizatian as described in 5ection 1.1.A.3.a.2) d. No payments vvill be made for standby, idle time, ar lost profits asaociated this Item. 27 1.3 RE�'ERENCES [NOT iTSED] 28 lA ADMINISTRATIVE R.EQUIREMENTS [NOT USED] 29 1.5 SUSMITTALS [NOT U�ED] 30 1.6 INFQIZMATIONAL SUBMITTALS [NOT USED] 3�. ]..7 CLOSEOUT SLTBMXTTALS [NOT USED] 32 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 33 1.9 QUALITY ASSURANCE [NOT USEDj cr� o� �oxT wo�Tx STANIIARD CONSTRl1CTiON SFECIFICATION DOCCIMENTS Revised iVovembsr 22, 201G Cpmancha Trail - HROM CYN:103396 o� �oao-6 MOSILIZA'CION AND i2EMQRIL[ZATIQTI Page $ oF6 1 114 DELXVERY, STORAGE, AND HANDLING [NOT USEDJ 2 1.11 FTELD [SZTE] CONDZTIONS [NOT USEDJ 3 L�.2 WARRANTY [I�TOT LTSED] 4 PART 2 - �RODUCTS [NO�' USED] 5 PA.RT 3- EXECUTION [NOT` USED] fi END OF SECTION 7 Revision Log DATE NAME SUIvIMARY �F CIiANG� 11/22/16 Michael Owen L.2 Price and Payment Procedures - Revised specification, including blue text, to ma[�e speci�cat9on flexible foa• either subsidiaiy or paid bid item for Mobiliaatioa 0 CITY OF FORT WORTH Camanehe Trail - I-IROM STANDARD CpNSTRUCTION SPECIRICAT]ON DQCUM�NTS CPN:103396 Revised Novemb.er 22, 2D l6 0���2�-i CONSTRUCTION STAKING ANT? SURVEY Page 1 of 8 ��cT�oN o� �� 23 CONSTRUCTION STAKING AND SURVEY PART1- GENERAL I.1 SIIMMARY �1. Section Incjucies: 1. Requirernents fox canstruction sta.king and canstruction survey B. Deviatians frorn this Cit}r oiFort Worth Standard Specification 1. None. C. ReIafed Specification Sections include, but are not necessarily limiled to: 1. Divisifln 0— Bidding Requirements, Contract Forms and Conditions nf the Contract 2. Division 1— General Requirements 1.2 PRICE AND PAYM�NT PRQCEDYJRES A. Measurement and Payment 1. Construction Staking a. Measurement 1) M�asurement for this Iiem shall be by lump sum. b. Paytnent 1} The work performed and the rr�aterials furn'ished in accordance wiih this Item shall be paid far at th� lump suzn price bid far "Construction Stalcing". 2) Payment for "Canstruction Staking" sha116e nnade in partial. payments prorated by work completed compared to tota! work includsd in the lump sum iiem. c. The price bid shall include, but not be litnited to tha following: ]) Verification of control data provided by City. 2) Plaeement, mainten. ance and replacement of required siakes and marki�gs in the field. 3) Pteparation and submittal of construction staking documentation in the form of "cut sh.eetis" using the City's standard template. 2. Construetinn Survey a€. Measurernent 1) Thfs Item is considered subsidiary to tne various Itenrzs bid. b. Payment 1) The work performed and the materials furnished in accordance with this Item are subsidiary to the various Items bid ar►d no other compensation will be allflwed. 3. As-Built 5t�rvey a. Measurement 1} Measurement for this Iterr► shall be by lump sum. b. Paym.ent 1} The work per�'ormed and the materials furnisk�ed in accordance with this Ifem staall be paid for at the lump suzn pz•ice bid for "As-Built Survey". Cnmanche Trail - HROM CITY QP FORT WORTFI GPN:l03396 STANDAR4 CONSTRUCTION SPECIFICATI�N I]OCUMLN'1'S Revised Fehruary 14, 2018 017123-2 C.ONSTRUCTION STAKING AND SURVEY Page 2 of 8 2) Payment for "Construction Staking" shall be made in partial payments prarated by work completed compared to total work included in the lump sum item. c. The price hid shall incIude, but not be lim.ited to the �ollowing:; 1) Field rr�easureme�►ts and s�rvey shots to identify locatian af completed faciliti�s. 2) Documentation and submittal of as-built survey data onta contractor redline plans and digi#ai survey files, 1,3 REFERENCES A. Definitions I. Construction Surve - The survey measurements made prior to or uvhile construction is in progress to control elevation, horizontal position, dim�nsians and canfiguration of structureslimprovements included in the Project Drawings. 2. As-built 5urvev The measurements made after the cnnstruction afthe improv�mant featut'es are complete to provide position caordinates for the features of a projec�. 3. Canstruetion Sta_k_in� — The placement of stakes and markings to provide ofis�ts and eievations to cut and iill in order to lo.cate on tha ground the dasEgn.ed structures/impro�ements included in the Projaci Drawings. Construction staking shall inciude staking easements andlor right of way if indicated on the plans. 4. Surve "�'ie�d Checks" — Measurerr�ents made after construction staking is campleted and befare construction worIc begins to ensure �hat structures marked on the ground are accurately located per Project Drawings. S. Technical References 1. City of Fort 'V�arth — Construction Staking Standards (available on City's Buzzsaw website) — O1 71 23.16.0 I_ Attachment A_Survey Staking Standards 2. City of Fort Worth - Standard 5urvey Data Collector Library (fx]) �les {available on City's Buzzsaw website). 3. Texas Departzra�nt of Transpartation (TxDOT) Survey Manual, latest revisior� 4. Texas Society af Professional Land Surveyors (TSP5}, Manual of Practice for Land Surveying in the 5tate of Texas, Category 5 L4 ADMYN�STRATNE REQUIREMENTS A. The Contractar's selection of a surveyor nrzust tomply with Texas Government Code 2254 (qualif"ications based selection} for this ptro,ject. 1.5 SUI3MITTALS A. Submittals, if required, shall be in accordance with Sectian O1 33 00. B. All submit�als shall be received and reviewed by the City prior to delivery of work. 1.6 ACTxON SCTBMITTALS/INFORMATIONAL SIIBNIITTALS A. P'ield Qualit� ContrqI Submittals Comanche Truil - HROM CTCY' 4F PO1�T WORTH CpN;103396 STANbARD CONSTRUCTTON SP�CiFICATI��T DOCUMENTS Revised February 14, 2p1S Oi 7123-3 CO3+lSTRLTCITON STAKING AND SURVEY Page 3 of 8 1. Documentation verifying accuraey af field engineering work, including c.aordinate conversions if plans do not indicate grid or grpund coordinates. 2. Suhmit "Cut-Sheets" cor�orming to the standard template pr�vided hy the City (refer to Q 1 7123.16.0 I-- Attachment A— Survey Staking Standards}. 1.7 CLOSEOUT SUBMITTAL� B. As-built Redline Drawing Subtrzittal 1. �ubmit As-Built Survey Redline Drawings documenting the locations/elevatians nf constructed improvements signed and sealed by Registered Professianal Land Surveyor (RPLS) responsible far the work (refer to Ol 71 23.15.4I — Attachinent A — Sur�ey 5iaking Standards) . 2. Con#ractor shall submit the praposed as-b�ilt and campleted redline drawing submzttal one (1) week prior to scheduling the pro3ect fnal inspection for City z'eview and comment. Revisions, if necessary, shall b� made to the as-built redline drawings and rasul�rniited to the City priar tv scheduling the construction final inspection. 1.8 MAINTENANCE MATERIAL SUBNIITTALS [NOT USED] 19 QUALITY ASSURANCE A. Construction 5taking 1. Construction staking will be performed by the Contractor. 2. Coordinat�on a. Contact City's Project Representative at least one week in advance notifying the City of when Construction 5taking is scheduled. b. It is the Cantractor's responsibility to caordinate staking s�zch that constructian activities are not delayed or negatively impacted. 3. General a. Contractor is responsible for preserving and maintaining stakes. If City surveyors are required to r$-stake for any reason, the Contra.ctor wilI be responsible for casts to perform sta.lcing. If in the opinion of the City, a sufficient number oi stak�s or markings have been Iost, destrayed disturbed or omitted that the contracted Wprk cant�ot take place then the Contractor will be z'equired to stake or re-stake the deficient areas. B. Constructinn Survey 1. Canstructio.n Survey will be performed by the Contractor. 2. Coordination a. Contractor to verify that horizontal and �ertical cantrol data estahlished in the design survey at�d z'equired for construction survey is available and in place. 3. General a. Constructian survey will be per%rmed in order to construct khe wark sh.own on the Cozastruction Drawings and specified in the Contract Documents. b. For construction mettaods other than open cut, the Contractar shall pe�'or�n construction survey and verify control data incIuding, but not limited to, the following: 1) Verification that established benchmarks azxd conirol are accurate. CI'T'Y OF FORT WQRTH Comanche Trail - HRQM CP1V;103396 STAI�UAAD CONSTRUCTION SPECIFICATION T]OCUMENTS Revised FebruAry 14, 2018 q17123-4 CQI+ISTRUCTION STAKINC�AiVD SURVE'Y Page 4 of8 2) Use of Benclvnarks to furnish and maintain all reference lznes. and grades for tunr►eling. 3) Use of line and grades to establish the location of the pipe. 4) Submit to the City copies of field natesused to establish all lines and grades, if requested, and allow the City to check guidance system setup prior to beginning each tunneling drive. 5) Provide access for the City, if requested, to veriiy the guidance systetr� and #he line and grade of the can-ier pipe. 6) The Contractor remains fut�y z'esponsible for #he accuracy of the �ork and carrection of it, as required. 7} Monitor line and grade continuousIy during construction. 8} Record deviation with respect to desigi �ine and grade once at each pipe jnint and submit daily records to the City. 9) If the instaliation does not meet th� specified folerances (as outlined in Sections 33 OS 23 andlor 3� O5 24), immedia�ely notify the City and correet the installation in aecordance with the Contraet Documents. C. As-Built Survey 1. Required As-Built Survey will be performed by the Contractor. 2. Coordination a. Contractor is to coordinate vvith City to confirm which features require as- built sur�eying. b. It is the Contractor's responsibility to coordinate the as-built survey and required tz�easurements fqr iferrEs that are ta be buried such that constz'uctipn activities are not delayed or negatively impacted. c. For sewe�• mains and water nnains I2" and under in diameter, it is acceptable to physica[Iy measL�re depth and mark the location during #he pro�ess of construction and take as-built sur�ey after the facility has been buried. The Contractor is responsible for the quality control needed to enst�re accuracy. 3. Genera] a. The Contractor shall pro�ide as-built survey including the elevation and lacation (and provide written documentation to the City) of construction features during t�►e progress of th.e canstruction including the following: 1) Water T�ines a) 'I'ap of pipe elevations and coordinates far watez'Iines at the following locations: (1) Minimum every 250 linear feet, including (2) Horizontal and �ertical points of inflec�ion, curvature, etc. {3) Fire line tee {h) Plugs, stub-outs, doad-end lines {5) Casing pipe {each end) and al� buried fittings 2) Sanitary Sewer a} Top of p�pe ele�atians and coordinates for farce mains and siphon sanitary sewer lines {non-gra�vity facilities) at the following locations: (1) Minimum every 250 linear feet and any biu'ied fittings (2) Horizontal and �e�tical poinfs of inflectian, eurvahire, etc. 3) Stormwater -- Not Appljcabie �omanche Trail - HROM CITY QF FORT VTOIt`1"li CPN:1D3396 STANDARD CONS"S'RUCTION SPECIFICATION DOCUMEIVTS Rcvised Fe6ruary l4, 2018 OL7123-5 COAT3TRlICTTOI�F STAK[t�fG AND SURV�Y Page 5 of 8 b. The Contractor shall provide as-built survey including the elevation and location (and provide written docutn.�ntation to the City) of consiruction features after the cu�usfru�tion is compleied including the following: 1} Manholes a) Rim and flowline elevations and eao:rdinates for each manhole 2) Water Lines a) Cathodic protection test stations b) Sampling stations c) Meter hoxes/vaults (All sizes) d) Fire hydrants e) Valves {ga#e, butt�rfly, eic.) � Air Release valves {Manhole rim and vent pipe) g) Blaw off valves (Manhole rim and valve lid} h) Pres�sure plane valves i) Undergraund Vaults {I) Rim and IIowIzne elev�tions and coordinaies for each ilnderground Vault. 3} Sanitary Sewer a) Cleanouts {1) Rim and flowline elevations and coordinates far each b) Manholes and Junction Structures (1} Rim and flowline elevations and coordinates for eacla manhale at�d junction structure. 4) Stormwater — Not AppIicable 1.10 DELIVERY, STORAGE, AND HANDL]NG [NOT USED] 1.11 F�ELD [SITE] CONDrTXONS [NOT USED] 1.12 WARRANTY PART2- PRODUCTS A. A canstruction survey will prnduce, but will not be limited io: 1. Recovery of relevant control points, points of curvature and points of interseciion. 2. EstabLish temporary horizontal and vertical controI elevations (benchmarlcs) sufficiently permanent and locatad in a manner to be used throughout constructian. 3. The location af planned facilities, easemenis artd 'tmprove ments. a. Establishing final line and grada stakes for piers, floors, grade beams, parkipg areas, utilities, streets, highways, tunnels, and other canstruction. b. A record o�revisions ar correctians noted in an orderly tnanner for reference. c. A drawing, when required by the client, indicating the horizontaI and vertical location of facilities, easements and irnprovements, as built. 4. Cut sheets shall be provided to the City inspector and 5urvey 5uperint�ndent for aIl construction staking projects. These cut sheet� shall be on the standard city template which can be obtained from th� Survey Superintendent (SI7-392-7925}. S. Digital survey iiles in the foIlowing formats shall be acceptable: a. AutoCAD (.dwg) b. ESRI Shapefile (.shp) Comancfie Trail - HIZQM CI'I'Y bF FORT WORTfI CPN:10339fi sTANpARD COTiSTRUCTION SPECII'1CATION DOCUIvIENTS Revised February lA, 2018 d37123-6 CO1�15T1tUCTION STAKING ANT7 SURVEY PQge 6 of 8 c. CSV file (.csv), formatied with X and Y coordinates in separate columns (use standard templates, if available) Survey files sha�l include vertical and harizontal data tied to originai praject control and benchr�arks, and sh�ll include feature descriptians PART 3 � EXECIITION 3.1 TiNSTALLERS A. Tolerances: 1. The staked location of any i.mprovement ar facility should be as accurate as practical and neeessat'y. Tne degree of precision required is dependent on many factors all of which must re�nain judgmental. The tol�rances lisfed hereaftez' are based on generalities and, utider certain circumstances, shaIl yield to specific requiretnents. Ths surveyor shall assess any si�uatson by review of the averall plans and through consultation with responsible parties as to #he need for specific tolerances. a, Earthwork: Grades far earthwork ar rough cut should r�ot excaet10.1 ft. vertical talerance. Horizontal aligtlment for earthwork and rough cut should not exceed 1.0 i. tnlerance. b. Harizontal alignment on a structure shall be within .O.lti tolerance. c. Paving or concrete for streets, curbs, gutters, parking areas, drives, alleys and walkwa.ys shal� be located witlzin the confines of the site boundaries and, occasionally, along a boundary or any other restrictive line. Away fronn any restrictive line, these facilzties should be staked with an accuracy producing no more than O.QSft. tolerance from their specified locations. d. Underground and overhead utilities, such as savvers, gas, water, telephone a�d elaetric lines, shall be located horizontally within their prescrihed areas or easements. Within assigned ar�as, these utilities shauld be staked with an accuracy producing no mate than 0.1 ft tolarance from a specified loca#ion. e. The accuracy requ�red for the ve��tical lacation of utili�ies varies widely. Many underground utilities require only a minimum cover and a tolerance of 0.1 f�. should he ma�ntained. Undei�.ground and overhead utilities an planned profil�, but not depending on gravity f�ow for performance, should no# exceed 4.1 ft. tolerance. B. Sur�eying instruments shall be kept in elose adjustment according to manufacturer's speciiications or in complianca to standards. The City reser�es the right to request a calibration report �t any tinrae and reco�nends regular maintenance schedule be perforrned by a certiiied technician every 6�r►onths. 1, Fieid measurements of angles and distances shall b� done in such fashion as #o satisfy the elosures ar►d #olerances expressed in Part 3.I.A. 2. VerticaI locations shall be established fram a pre-established benchma.rk and checked by closing to a different bench mark an the same datum. 3. Construction survey field work shall corr�spand to the client's plans. Irregulaz�ities or conflicts found shall be reported promptly to the City. 4. Revisions, corrections and other pertinent data shall be logged for future reference. Camanche Tzail - FIROM CI`I'Y OF FdRT WDATII CPN:103396 STANDARD CONS71tUCTION SPECIFICATEON DOCi3MENTS Iievised February 14, 2Q]S 017123-7 CO�T3TRi3CT[ON STAKING AND SUAVEY Page 7 of & 3.2 EXA.MINATI�N [NOT USED] 3.3 PR��'ARATION [NOT USED] 3.4 APPLZCATION 3.5 REPAXR I RESTORATION A. If the Contractor's work damages or destroys one or more of the control monumentslpoints set by the City, the no.onuments shall be adequately referanced far expedient restoration. 1. Notify City if any control data needs to be restored or replaced due to damage caused during construction operations. a. Contraetor shall perform replacements and/or restorations. b. The City may require at any time a survey "Field Check" of any monurr�ent or benchmarks that are set be verified by the City surveyors before further associated work can move forward. 3.6 RE-INSTALLATION [NOT USED] 3.7 FIELD [oxj SITE QUALITY CONTROL A. It is il�e Contractor's responsibility to maintain all stakes and controi data placed by tI�e City in accordance with this Spacification. This includes easements and right of vuay, if noted on the plans. B. Do not change or relocate stakes or control data without appraval from the Gity. 3.8 SYSTEM STARTUP A. Survey Checks 1. The City reserves the right to perform a Survey Check at any time deemed necessary. 2. Checks by City personnel or 3`d party contracted surveyor are not intended to relieve the eontractar of hislher respansibility for aceuracy. 3,9 ADJUSTING [N�T USED] 3.10 CLEANING [NOT USED] 3.1I CLOSEOUT ACTI'VITIES [NOT U�ED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT U�ED] END UF SECTION Revision �,og Comanche Trail - HROM CI`I'Y OF FORT W012TH CPN;1 D3396 S3'ANDAI2D CONSTRUCTIOT! SPECIFICATION DOCUMENTS Itevised Fe6ruary 14, 2018 C � Sec�ion 01 71 2�.0�. - Attachmen� A Sur�ey S�aking Standards February 2017 0:�5pecs-Stds Governance Process\Temporary Spec Fifes�Ca.pital Deli�ery�Cap Delivery Div 01�017�. 23.16.01_Aitachment A 5urvey St�king Standards.docx Page 1 of 22 � � Surr�ey Depari�men� Con�ac� lnformaiion Physical and mailing address: 8851 Camp sawie West Boulevard 5uite 300 For� Worth, Texas 76116 Office: (817j 392-7925 Survey Superintendent, direct line: (817) 392-8971 COI'15t1"l.�Ct10C1 CU��1'S The following colors snall be use.d for staking ov identifying features in the field. 7his includes flagging, pa9nt of laths/stakes, paint of hubs, and any identification such as pin fkags if necessary. utility PROP05ED EXCAVATION ALL ELECTRIC Al�b CONDUI�fS POTABLE WA7�R GAS OR OIL 7ELEPHONE/FIBER OPTIC 5llRVEY CON�ROL POI�VTS, BENCHMARKS, PROPERTY CORN�RS, ftIGHT-QF-WAYS, AND ALL PAVING {NCLUDING CURB, SIDEWALK, BUILDING CORNERS SANISARY SEWER IRRIGATION ANb RECLAIMED WATER � Standard Stakin� Supplies Color WHITE .� I;�.�� 1= Y F � 1 C7 �.�+ �C�A�i�rL P1N�C . ,i';�{; -�,, ::�";;�'�+I:± � Itern Minimum size Lath/Stake 36" ta{I Wooden Hub (2"x2" min. square preferred) C" tall Pin Flags (2.5" x 3.5" preferred) 21" long Guard Stakes Not required PK or Mag nails 1" long Iron Rods {1/2" or greater diameter) i8" long 5uruey Marking Paint Water-hased Flagging 1" wide Marking Whislcers {feati�ers) 6" long Tacks (far marking hubs) 3/4" long 0:\Specs-5tds Governance Process\Temporary 5pec Files\Capital Delivery\Cap Delivery Div 01�0171 23.16.Q1 Atta�hment A_5urvey Staking 5tandards,docx Page 3 of 22 E. Preferred Grid Datum Although many plan ssts can be in surface coordinates, the City's pre�erre�f grid datum is iisted below. Careful consideration must he taken to verify what datum each projact is in prior to beginning work. It is essential the surveyor be familiar with coordinate transformations and how a grid/surFace/assumed toordinate system affect a project. Proiected Coardinate 5ystem: {�Ap�1983_5tatePlane Texas_fVorth_Central_�IPS_4202_Feet Projection: Lambert�Co�farmal_Conic False��asting: 19685Q�.afl00�000 Faise_Northing: �561666.6666fi667 Central Meridian: -98.5d000000 Standard Parallel �.: 32.13333333 5tandard Parallel 2: 33.96666667 Latitude_Of Origin: 31.fi6666b67 Linear Unit: Foot U5 Geographic Coordinate System: GCS_Narth_AmeCican_1983 �atum: D North American 1983 Prime Meridian: Greenwich Angular Unit: Degree Note: Regardless of what datum each particular project is in, deliverables to the City rnust 6e con�eriedJtranslated into this preferred grid datum. 1 copy ofthe cieliverable shauld be in the pro3ect datum (whatever it rnay be} and 1 capy should E�e in the NAD83, T?C North Centra[ 4202 zone. See Preferred Frle Nam.ina Canvention below F. Preferred Deliverable Format .tx# .csv .dwg .jab G. Preferred l]ata Format P,N,E,Z,b,N Point Number, Nor`thing, Easting, Elevation, Description, No�es (if applicable} H. Preferred Fil� Naming Conventian `�his is the preferred format: City Project Number Description�Datum.es� Example for a aroiect that has surface coordinates which rrrust be translated: Fite 1: C1234 As-built af Water an Main 5treei_Grid NAD83 7XSP 4202.cs� O:\Specs-Stds Go�ernan�e Process�Temporary 5pec Files�Capital belivery\Cap Delivery Div OJ.�0171 23.16.D1_Attachment A_5�rvey Staking 5tandards.docx page 5 of 22 � � � � � � � � � � � �C � I� _ w � m � � � � � J � CS7 � � fl � � _ �-:-__:-W:. ::::::::::::::::::::::: -..� . _. li ���� �.� _ ........_..._ � _..__. . _-__ ;; �- r�.��� �-' i �:� ' �� c� � � � ' � � ., �, c� i � r' i � L� .. � .�.._ ` � � � � � � W .`1 W EL.= 1 DD.�O' �' � ; �, � 7 r� � �i„ , � � j�.�� ` '' � � t f:.' , x C= `"` _. � <L � J �' � -- J � W [1� � F-- 0� � � � C� U � �i �P �1 �v=�oao.oa tl) W � � � Gl C� C� C3 U �=�aao.a4 v � � w � � O � � � 4.� � _ � � � � � = L�J (I) _ � Cj J � � W � X m � � � � � � V. Wa�er Stakin� Standards Q:�Specs-5tds Governance Process\T�mporary Spec Files�Capital Delivery�Cap Delivery Div 01�0171 �3.16.01 Attachrnent A_Sur�ey Staking 5tandards.docx Page 7 af 22 i1 � � � � (� � 7� ❑f5 � k�!%L � W d tI] ... �� � � � �U � � � � W C7 (J7 � H �C Ca W o � � � � � � � Q � w � � t? C'] � Li L�i. � O � � J � �h � � � Q W � F ]` Z � 4 tl ���� ��� W� ���� ���� 7' Cl%S � 4V%L $ � �� ��w c� � � d Y� � �,��.� � C-3.62 � � � ,�,,.� t- 5TA=1+72.�1 F C—u�.&1 � �0 X � � � �� � ia�7 a..� 1ot.ie' m � � a � � � � � � � � � ly �I- 1 11 w c3 � � � � � �o �� Y � � m li1 4" � � d � � 1 �� w � I � �F � Cf � � p F 7 [ �� � r, z � d � �� F � �� � 7� �� � � � �� Z i�!} Q � �• L�`i � �� O *�' �?j'�1 ' p/� y�/� STA=4+C}4 � c-�.7� _ �� �� � lJ.� � � J��� J � ��� � � ime - toao ���� m W * � �a�� o � a w� � � � '� � m a m � � V[. SanitarV 5ewer 5fakin� O:�Specs-Stds Governance process�l'emparary Spec Files�Capital �eli�ery\Cap belivery Div 01�0171 23.16.01_Attachment A_5urvey 5taking Standards.docx Page 9 of 22 �xample Sanifary Sern�er S�akes � � c� � � �CU d � � LL `� 0 � � �� � � �:� � ��� � n'� � Z ��� � �__... _......».�.,.......��..r ._. _ �. u....... .._ — � � 7' /S � SS �jj 9TA=3+7Y� �u� ❑ a� �� e-n� __ ..................._.. II 11__� -- __.___. .-�- ----�-�-�-�-�-�-�- �� � Q F�� � ,��z .. � � Y� ��a �rna --�-- . _._.........._�_. _ _ �12' 4/S � S5 � sra�.��7�°� �w C-�� �� c-3� ���� € �.�.�.�.� � _ � c� �� � � r� � ��� C] � �' �js � ss �_ � � a� w :� �o � a �jE:c� �` � �,� z �.�.� � � � � �� �:a � [� n. �� � L�� w �EC7 �� � O �� - �� � � �., � � � � a�'.� C7' �y, � � � � [,}- �� � U � F � � � � � � � � � ._........_ m [� � ._.�..�....�.��..�_�_._. _srt�a � � � C� �, � �4� 1_f' �f � h � � � — ._._._,__..�__.�.._._.______...._ .. ........................-....-•_____.�."'__"'_'__.......__ .,�.,..,.... ,^ d �.} � d 12° Ofs � 55 � sra-a+no �x a-s� �� �s� � c-a� � �� L`- ��e., en� ��m L`-� � "' � '� ¢ n � �Z{ry� �N W'L � �d� �� �pp� ti1 a� � �� � O � � V r�7 W � p" y �� s� 47 �r�� �� s dy� � �� � � �� e �Cl� ' �.� ��,+ ���� �/ � _m ._. �4 � c-vffi �� � ��� � � � �-� �'� � � � ��� ar o�ri �, w���� c�i a o � �� F� a�9 � � q..�f wa �+ J �� F� �1� `w� az e? a � � w � � � �� f � � r �� � � � �� vsi �� �� n � n.�j � � C �� �� � � � �� I� � U4 W �+�i W li.� � F F�� o a� �g � � � � � q;��� 0 l�i �� ��� 1 aa�� ���� ..n-�.�� �� Ja� =�2 0:\Specs-Stds Governance Prace�s�Temporary Spec Files\Capital beli�ery\Cap Delivery Div 01�0171 23.1.6.01_Attachment A_Survey 5tal�ing 5tandards.docx Page 11 of 22 �xample S�orm Inle� S�akes FR�I�T �SlI7� FACING �.) � �� a � � � n m En � �r � BI�C{� �pC F7upNG R.QNtj pc+rrr k � i' K� �ernnor� m NU� VA7H TA�iE �ra�n��s ti�ic^� E3dC? OF' TN£ 411N6 �EIN4 5T?HEb FI� � C� T (SICiE FAGING �) ���3 �� ����l���°� �'�G?�.�I�:�I`€ l� ���I [ ��€ _..I�'(�-1,l� E'�'.�' ��; ���"i...������_ � �N�er sranor� � . 4JF k�0 ON PLANSJ IUENTi�lES fi.,RADE �� T6 TGP OF £fJRE � �aE�nFl�s ��a�� �a �w�u�E ���i�i {5r1E F+5L7NG R•aW.�� �.rrar � � � Hua tsev��on; o i � � � � n � � z � � .��Eh111FlE515YiICH ��:��o �' '�se +�tac Bt7fJG STAifE6 � t � � �r. � � i � � �II.Y� �ISTAHCF3 it1R INLETS �^� STI+N�ARD i0' — 16' RECESSEp 1(Y � 2C+' 5ThNAPRtl Df7JBLE 10' — P&67 ��'"i RECE56EQ OWBLE 1a' � 3U 5Y — -- — — � ........... ..... ������i I_ _ _._.. � .,..... .^ — — — I � � � BAf�{ t� IhIt�T F� �i �� ',i�� :�:. 3 3: :ai" �•+i �i �l r�at��o� � I bl �? �i� • 4� •: .•r j � .?� w. I 6AC1C Qf" GUf�i3 — — — F'L41"�LIFlE — — � fD[� OP PAV2711EWT� EA[� C� 1'AVE}i1ETJT E�K QF CURB � FLt1l'h.INE ^ — — @6GE CF FRl+E}:iL"�E1'.�.....� 0:�5pecs-5tds Covernance Process�Temporary 5pec Files�Capital peli�ery\Cap Delivery Div 01�b171 23.1fi.01 AttachmentA_SurveyStakfng5tandards.docx Page 13 of 22 E�ample Curb & Cutter 5takes FR (�N T (51aE FA�ING �) FR�NT (SIDE FACING �) 0 ��� iu�Hnr�s suaT PONl [,€ WiiVhii�NE �f�ONT iamm�s Qro (SDE FAGINC. ¢J Paft�T OF �1BETIi �} �j'r I��I' � JPT�� � r � �$ b � fl � ll4 I � , � Ifl I � ' I11 I �iill l —� Illf �--- -i � l 4 � � � � i�s� �}(y � � �`r +�� � �UE]�lFIFl�S 7FFRE€ k8 TO. (SI�E FACING R.O,W.} f at�c ��uAa oFt F/a rf�'' F�R FACE 9F CUPxB � p PCINT �I � � i � + � � ' icv�nr�s �atioE !� �� TIG�� 7D NP +jF Gf�FH HU8 ELEVATI9N � � � - r.r-� _ _ _ FRONT {SIOE F'ACING '�� � O � # G � 0 � a e/c N9 v��� 9N RAPNS FqNT5 �_.��������:�� ��;`.�� ���--.�� , � iti It� L. I. � I f=f:� �; �.! ��' I�_�1r I I I i_I � I�1 I I I �`� �� 1� � I� �v,�� �{�� j � t ��_-..--,-��• G�r; � �,1�,+{ i� �{ � �� �� J d f f m t 1 �� � � '� f r� � ---� I 'ti} � ! r.'� / { ! �ll—�� � � � � �' � ,r / .� f r'' ,r'� f'' i TOP Q� �:URB _.�� �,,,.�. I y-'`}y,, �l -- ':�T ��..-� � `� � -'�"=��-r -� � � � � �h7Y �,r" ✓� y •~" i �� � F � ,r � � � � � � l,�r d 0 n„ ��r � 4� _ �,�" _.+'r X � � r �,4GK CZF C.UR� .- w- ` � ,• � y �. `' CF ���� r,� — � �F�' i � r�Y ������ ���E �F �u�� --''�'� � �,.�-�-' �`� � 0�� � ----��- �P � FLO�rtl �E EC1GE �i�' F'AVEMC�IT Exam le Curb �c Gut�er Stakes at Intersection O:\5pecs-Stds Governa.nce Pracess�7ernporary Spec Files\Capital Delivery�Cap Delivery Div D1\0171 23.16.D1_Attachment A Survey Staking Standards.docx Page 15 of 22 13t. Cu� Shee�s A. Date of field work B. Staking Method (GPS, total stationj C. Project Name D. City Project Number (Example: C01234j E. Lacation (Address, cross streets, GPS caordinate� F. Survey company name G. Crew chief name H. A�lank template can he ohtained from the survey superintendent (see item I abo�e) 5tandard Ci�1r Cut Sheet Dafie: 5tahing Method: 0 GPS LOCA710N: CONSUL.TANTICON7RACTOR SLIRV�Y CREW lN1TIAL5 ❑ T�TAL SiATI ON City Project Number: Project Name: ❑ OTHER a� � rRan�� aR� rn �i .nwuNE oR soP oF cuRa uNLESs OTHERWISE NOTED. PT # STATION OFFS�T pESCRIf'TION PRO�. S7AKED _ CUT + F1LL -�1"I+RT GRADE ELEV. O:�Specs-5tds Governa.nce Process�7emporary 5pec Files�Capital DEli�ery\Cap Delivery Di� D1.\0171 23.16.�1_Attac�ment A_S�rvey 5taking 5tancfards.docx Page 17 of 22 B. Example Deliverahle A hand written red line by the field surveyor is acceptable in mo.st cases. This should be a copy of ti�� plans with the point number noted foy each asset.lf the asset is missing, then the surveyor shauld write "NOT FOUI��" to natify the City. 0:�5{�ecs-Stds Gover�ance Process\Temporary Spet FiEes�Capital Delivery�Cap �elivery Div 01�0171 23,16.�1_Rttachment A_Sur�ey 5taking Standards.docx Page ].9 of zZ � � sr�rs�r�w � �pc rr� �v tr�n r�z �a+e a �r� �r c�v'e vAr� #.� (�'1'�T 7iD E.%�T.e�RRll� ttlSF.IfL+ �l�'S?7ffD rwr � �F72Y ff�!`FR ��� �i� �FL/FF YIaYF + a�sarrr.;,r,va f �+ r.-r�rarr�� � �,...ti-� - �- : C£?T 1��� �r�.�.�_ �� ��� �� � �� u�r x ����� �. � a�+�' �r � ��� �� `i'17V� �a �'h� etxna�� �i_T�.L � .. i �f} i%�� �: \ � � ���rww� •�" a �`� � _� �r^......w-..A.-.v ��L�x\+ STAO�b�' 8�'1. �sT:au. � 4 X�' u. t��':Y �� d� .�'E_..'- rss►ra v:.�p'�' .. J 1�NL' 1fF1WAVf�; 111#' �fA'SS'fk+� i�Jh r � a,v� v+�uf � ��:�r� Ta� � -�. �� �r ` m�raMtiY-+..n.n I+'"••�=P���+xi�e� `i / 1 � E t7,�v �r1�a { �� � I �� �ti. R r�.,, � J �•�+ Mr i .�a y.. } �, � .m '�� f -� •� ti`_ ` KL -F : � r-f--� � •� � + ��' • r r i� r- x �� - -'��t�GY�17'�'F� } � �. �3 � �_� M1� ~ —�L�S�N�CJ.d'�� '•.�.—' —.J_,— _ �� — -� ` � --�„� , �- �� Filr�� L-f�14i'f � 5�l4�ri�' � '� EYls3: W7'f Y�1tlFE �) ' �n.:l�D - � r tnr a ? ��lL �Xt�f.'r'YY1{f_�{.7YL� a��+'�'K�M�+N'Mn }3f�9iA9Rf.ah:�1 E-+;'� ��'�5+5.�t y � f�-+--�-M-•-�-•�- '1TA D43fie7 - +t'XY �2�'L' �f} SCt�IkS�39 b f� � IYSf�YJ i - �'� � �. h CF �f.t 9Yh'� �iCCt�'f t!P G'N�7a F� �4FAU} a iF or r.-w.+fEn rw'f .�^c.am,sssap IXWMCCf TPf1i`i7,.lPFf4�fA �C-�.o�,rldu fF�]�f� 15 9'�1 Y �;'� a k1)Alit i � -�'� ----_-- _�=j _�—:� � _� -- " �--- __ — I---�� i -_ 'i i_.3 _ _ _ —r— _ ;�- _ .. . _ . .. . _ - _ � -: : : . . —_ ;... ; =; � . � � ; _.'f-e_.i��." - r- . +-- - - . .. -- - f���� 5iV�11"�#' : �� �i��� � Ss+1.oc5a5p ^�lg`K� ��� f i'! i�i'b�', nLl'F Re�R�a+" 7 kl t�7i f.4�yY/J � � 0:\5pecs-5tds Governance Pracess�Temporary 5pec Files�Capital belivery\Cap �elivery Div Q1�0171 Z3,16.�1�Attachment A_Surrrey Staking Standards.docx Page 21 of 22 71 23.16.01_Attachment A_5urvey 5taking 5tandards.docx Page 23 of 23 C. �ther preferred as-built deliverahle Some �endors hav�: indicated that it is eas9er to deliver tt�is inforrnation in a different format. Below is an example spreadsheet that is afso acceptable anci can be obtained by rec�uest from the survey superintendent. 0:\5pecs-Stds Go�ernance Process\Temporary Spec Files�Capital aeli�ery�Cap Delivery Di� Ol\0�. 7�. 23.16.01 Attachment A Survey Staking 5tandards.docx Page 25 af 25 oi�az�-i CLEANINCr Pa�e I of 4 SECTXON O1 '�4 23 CLEANING PART1- GENERAL 11 SUMMA.�tY A. Section Includes: 1. Intermediate and f�nal cleaning for Work not including special cleaning of cIosed systems specified elsewhere B. Deviations from this City af Fort Warth Standaz�d Specification l. None. C. Related 5peciiicafion Seetions include, but are not necessarily limited to: 1. Division 0-- Bidding Requirements, Contract Fortns and Conditians of the Cox�tract 2. Division 1— General Requirements 3. Section 32 92 13 — Hydro-Mulching, Seeding and Sodding 1.2 PRICE AND PAYMENT PRQCEDURES A. MeasUreznent and Payment 1. Work associated with this Item is considered subsidiazy to the �arious Items bid. No separate payment will be allowed for this Iterti. 1.3 REFERENCES [NOT LTSED] 1.4 ADMINISTRATNE REQUIREMENTS A. 5cheduling 1, Schedule cleaning operatians so that dusi and other contaminants disturbed by clearung proce�s will not fall an newly painted surfaces. 2. Schedule imal cleaning upon completion of Work and immediately prior to f nal inspectian. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMA.TTONAL �USMITTALS [NOT USED] 1.7 CLOSEOUT SUSMITTALS [NOT USEDj 1.8 MAINTENANCE MATERIAL SUBMTTTALS [NOT USED� 1.9 QUALITY ASSURANCE [N4T USED] 1.10 STORAGE, AND H.ANDLxNG A. Sforage and Handling Requirements 1, Store cleaning producfs and cleaning wastes in contair�ers specifically designed for those materials. Comanche Trail - HRONf CITY OF FORT WORT}; GPN:10339b ST ANDARD CONSTRUCTION SP�CIFICATION DOCUMENT5 Revised luly 1, 2011 p17423-3 CLEANING Fage 3 0£ 4 6. Handle materials i� a controlled manner with as few handlings as �ossible. 7. Tharoughly cjean, sweep, wash and polish ai1 Work and eqniptnent associaied with this pro3ect. 8. Remove all signs of temporary construction and acti�ities incidental to constructio:n of requir�d permanent Work. 9. If proj ect is not cleaned to the saYisfaction of the City, the City reserves the right to have the cleaning completed at th� e�pense oftne Contraetor. 10. Do not burn on-site. B. Intermediate Cleaning during Constructio.n I. Keep Work areas clean so as not to hinder health, safety or convenience af parsonnel in existing facility operations. 2. At maximum weekly intez'vals, dispose of waste materials, debris and rubbish. 3. Confine construction debris daily in strategically located containez'{s); a. Cover to prevent blawing by wind b. Store debris away from construction ar operational activities c. Haul from site at a minimum of onca per week 4. Vacuum clean interior areas when ready ta receive finish painting. a. Continue vacuum cleaning on an as-needed basis, until Finai Acceptance. 5. Prior to stortx�. events, thoroughly clean site of al� loose or unseeured items, wh�ch may become airborne or transported by flowing water c3uring the stom�. C. Interior Final Cleaning 1. R�znove grease, mastic, adhesi�es, dust, dirt, stains, fmgerprinis, labels and other foreign materials from sight-exposed sur�aces. 2. Wipe a111ighting fixture reflectors, lenses, lamps and trirns clean. 3. Wash and shine glazing and mirrors. 4. Polish glossy surfaces to a clear shine. 5. Ventilating systems a. Glean pemnanent filters and zeplace disposable filters if units were operated during construction. b. Clean duc#s, blowers and coils if units were oparated wzfihout �ilters during construction. 6. Rep�ace all burned oui latnps. 7. Broom clean process ar�a �Ioors. 8. Mop office and control raom floors. D. Exteriar (Site or Right of Way) Final Cleaning 1. Remove trash and debris containers from site. a. Re-seed araas disturbed by loca#ion of trash and debris containers in accordance with Sectio.n 32 92 13. 2. Sweep roadway ta remove all rocks, pieces of asphalt, concrete or any other object that may hin.der or disrupt the flow of tra� c along the raac�way. 3. C1ean any interiar areas including, but not limited to, vaults, manholes, structures, �unction bo�es and inlets. Comanche Trail - HROM CITY QF FaRT WORTH CPN:103396 STAAIDAItD CONSTRUCT[ON SPECIFICATION DOCUMENTS Revised 7uly 1, 2011 017719-1 CLdSEOU'C REQUIKEkLENTS f'age 1 of 3 1 2 SECTION OX 77 19 CLOSEOUT I�EQUTREMENTS 3 PART1- GENERAL 4 1.1 SCTII�MARY 5 6 7 8 9 10 I1 12 A. Section Includes: 1. The procedure for closing out a contract B. Deviations frorn th�s City of Fort Worth Standard Specif'ication 1. None. C. Related Spec�cation Sectians include, but are not necessarily limited to: 1. Divis ion 0— Bidding Requirements, Gontract Forms ar�d Conditions of the Contract 2. Division 1—General Requirements 1.2 PRICE AND PAYMCLV`I' PROCIDiTR�S 13 A. Measurernent and Paytn.ent 14 1. Work associated wlth this Item is considered subsidiary to the various It�ms bid. 15 No separate payment will b� allowed for this I#em. 16 1.3 17.E.FF,RENCES [NOT USID] 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 1.4 ADMINISTRATIVE REQU�RENIINTS A. Guarantees, Bonds and Affidavits 1. No application for finai payment will be accepted until all guarar�tees, bonds, certificates, licenses and affidavits required for Work or equipment as specified are satisfacto.rily filed witih the City. B. Release of Liens ar Claims 1. No application %r final payma�t will be accepted untilsatisfactory eviden.ce of release af liens has been subir�itted to the City. 1.� SUBNIITTAL� ,�,. Submit all required documentation to City's Project Rep.resentati�e. 1.6 INFORNTATIONAL SiIBMCTTALS [NOT USED] 1.7 CLOSEOUT SCTBMITTALS [1VOT USID] PART 2 � PRODUCTS [NOT USID] CITX OF FaRT WOIZTH STAN�ARD CdNSTRUCTION SPECIFSCATIOAi DOCUMENTS Revis�d M�ch 22, 2021 Comanche Trai] - HROM CPN:103396 oi �� ia . 3 CL05EOUT REQLAREMEi�ITS Page3of3 I 2 3 4 5 5 7 8 9 10 11 12 13 14 3.S 3.10 CLFANING [NOT i7�ID] 3,�.1. CLOSEOUT ACTIVITIFS [NOT USID] 3.12 PROTECTION [NOT USED� 3.13 MAIN'I'INANCE [NOT USID] 3.14 ATTACHMEN'IS [NOT iTSID] 15 3.6 R�INSTALLATION [NOT USID] 15 3.'� FiELD �oR] SITE QUALITY �ONTROL [NOT USID] 17 3.8 5YS�FM STARTLTP [NOT USID] I8 3.9 ADJUST�NG [NOT i�ID] 19 20 21 22 Z3 24 25 1. Caordinate with the City Project Representativa to can:zplete the following additianai forms: a. Final Payment Requesi b. Statement of Contract Time c. Af�davit of Payrnent and Release of Liens d. Consent of Surety to �ir�al Payment e. Pipe Repor� {if required) f. Contractar's Evaluation of City g. Performance Evaluation of Cantractar F. Letter of Final Acceptance 1. Upon review and acceptance of Notice af Project Completion and 5upporting Documentation, in accordance vvith General Canditions, City will issue Letter of Final Acceptance and release the Fina1 Pa.yment Request for payment. REPAIR 1 RE,STORA"1TON [NOT USIDj IND OF SECTION Revision Log DAT� NAME SUMMARYOF CHANGE 3I22I202I M Ov�en 3.4 C. Added language fo. clarify and emp.hasize requirement to "Clearing ROW" 2b CCfY OF FORT WORTH STANDARi� CONSTRUCTION SPEC�'ICATION DOCiTMENTS Revised March 22, 2D?,1 Comanche T'rail - H1iOM CPN:103396 ot �s z3 - z �PERATIOTf A%ID MAINTENANCE DA"TA P�ga 2 of 5 d. Drawings i) Provide reinforced punched binder tab, bind in with text 2) Reduce larger drawings and fold io size af text pages. e. Provide fly-leaf for each separate product, ar each piece of operating equipment. 1) Provide iyped description nf product, and rnajor component parts of equipment. 2) Provide indexed tabs. f. Cover I) Identify each volume with typed or printed title "OPERA`T1NG AND MAINTENANCE ]NSTRUCTIONS". 2) �.ist: a) Title of Project b} Identit� nf separate structure as applicable c) Identity of general subject matter covered in the manual 3. Binders a. Commercial quality 3-ring binders with durable and cleanable plastic covers b. �Ihen �nultiple binders are used, correlate the data into related consistent groupings. 4. If available, provide an electrdnic form of the O&M Manual. B. Manual Content 1. Neatly typewritten table af contents for each volume, arranged in systematic order a. Contractor, name of responsible principal, address and telephone number b. A list af each product required to be included, indexed ta content of the voiume c. List, with each produ�t: 1) The name, address and telepho.ne nuYnber of the subcontractor or installer 2) A lis� of eaeh produet requued ta he included, indexed to content of the voluzne 3) Identify area of responsibility oi eacn 4) LocaI source of supply for parts and replacement d. Id�ntify each product by praduct name and other identifying symbols as set forth in Contract Doeum�nts. 2. Produnt Data a. Include only those sheets which are pertinent to the speciiic product. b. Annotate each sheet to: 1} Clearly identify specific product or part installed 2) Clearly identify data applicable to installatian 3) Delete references to inapplicable information 3. Drawings a. Supplement product data with cirawings as necessary to clearly illustrate: 1} Relations af eomponent parts of equipment and systems 2) Control and flow diagrams b. Coordinate drawings with information in Project Record Documents to assure coz'rect illustration of completed installation. c. Do not use Froj ect Record Drawings as maintenance drawings. 4. Written text, as required ta supplemenfi product data for the particular installation: a. Organize in consistent format under separate headings for different procedures. b. Provide logicai seq�xence of instructions of each procedure. Camanche Trail - HROIvI CTTI' OF FORT WORTH CPN:103346 STt1NDARD COA[STRUCTION SPECIFICATION DOCil1VIEl+iTS Revised December 2�, 20l2 0.1 7$ 23 - 4 OPEl2ATION AND MHIN"I"EiYr1NCE DATA Page 4 of 5 i. Charts of valv� tag n.urnbers, with location and furictian of each valve j. List of originaJ zzianufacturer's spar� parts, t�aanufacturer's current prices, and recommended quantities to be maintained in storage k. Other data as required under pertinent Sections of Specifications 3. Content, far each electric and elecironic system, as appropriate: a. Description of system and component parts 1) Funciion, not�nal operating characteristics, and limiting conditions 2) Performance curves., engineering data and tests 3) Complete nomenclature and commercial number of rreplaceable parts b. Circuit directories of panelboards 1) E.leetrical service 2) Contrals 3) Comrriunications c. As insialled calor coded wiring diagrams d. Operating �rocedures 1) Routi�e and norrnal operating instructions 2) Sequences required 3) Special �operaiing instructions e. Maintenance proced�res 1) Routine operations 2) Guide ta "trouble shooting" 3) Disassembly, repair and reassembly 4) Adjustrnent az�.d checking f. Manufacturex's printed operating and main.tenance instructions g. List of original manufacturer's spare parts, manufacturer's current prices, and recomrnended quantities to be mair�tained in storage h. Other data as required under pertinent Sections of Speci�cations �. Pregar� and include additional data when the need for such data becomes appareni during instruction of City's personnel. 1.'1 CLOSEOUT SUBMITTAL� jNOT USED] 1.$ MAINTENANCE MATERIAL SUBMITTALS [NOT iTSEDj 1.9 QUALITl' ASSURANCE A. Provide operation and main.tenance data by personnel with the following criteria: 1. Trained and experieuced in mainfenance and aperation of described produc�s 2. 5killed as technical writer to the extent requir�d to communicate essential data 3. Skijled as draftsman competent to prepare required drawings Comanche Trai] - HRDM CITY DF FORT WORTH CPN:10339b STANDARD CONSTRUCT103�T SPECIFICATION DbCUMENTS Revised December 20, 2012 o��s3�-i PROJECT RECO[iD DOCZ.JMENTS Page i of 4 sECTzoN oi �s �9 PROJECT RECORD DOCUMENTS PART1- GENERAL 11 SiTMMARY A. Section Includes: 1, Work associated with the documanting the project and z��ording change� to project �locuments, including. a. Record Drawings b. Water Meter Setvice Rep�rts c. �anitary Sewer Service Reports d. Large Water Meter Reparts B. Deviations from this City of �`ort Worth Standard Specification 1. None. C. Related Specification Sectians include, but are not necessarily limited to: 1. Divisian 0— Bidd�ng Requirements, Contract Forms anci Conditions of the Contract 2. Division 1-- General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work assaciated with this Item is considered subsidiary to the various Xterns bid. No separate payment will be allowed for this Itetr�. 1.3 REFERENCES [NQT USED] 1.4 ADMINISTRATNE REQUIREMENTS [NOT USED] ].,5 SUBMITTALS A. Priar ta submitting a rec�uest for Final Inspection, deliver Proj ect Record Documents ta City's Project Representative. 1.6 ACTION St]BIVIITTALSIINk'O�tMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOiTT SUBMITTALS [NOT U�ED] 1.8 MA.INTENANCE MATERIAL Si7BMITTALS [NOT IISED] 1.9 QUALZTY ASSURANCE A. Ac�uracy of Records 1. Thoraughly coordinate changes within the Record Documenis, making adequate and proper antries on eaeh page of Specifieatiar�s and each sheet oiDrawings and ather pocuments where such entry is required to show the change properly. 2. Aec�xacy of records shall be such that futut'e search for items shawn in the Contract Documents may rely reasonably on infortnation obtained from. the approved Project Record Documents. Comanche Trail - f3�OM CI'fY OP' FORT WORTH CPN:143396 STANDARD CONSTRLTCTION SPECIPiCATIpN DOCIIMENTS Re�ised 7uly I, 2a11 O17634-3 PRQJECT RECORI] DOCETME]�T5 Page 3 of 4 Z. �reSBI'Vat10I1 a. Considering fhe Contract co�pletion time, the probable number of occasi.ons upon yvhich the j ob set rnust be taken out for new entries and far examination, and the conditians undez' which these activities wi�l be performed, devise a suitable rnethod for protecting the job set. b. Do not use the job set for any purpose except entry of new data and far re�iew by the City, until stark of transfer of data to �nal Projeet Record Doe��nents. c. Maintain the job set at the site af wark. 3. Coordination with Construction Survay a. At a minimurn, in accordance with the intervals set forth in Section O1 71 23, clearIy mark any deviatians from Contract Docutnents assnciated with installation af the infrastructure. 4. Making entries �n Drawi�gs a. Record any deviafions from Contract Documents. b. Use an erasable colorad pencil {not ink ar indelible pencil), clearly describe the change by graphic line and note as required. c. Da�e aIl entries. d. C.all attention to the entry by a"cloud" drawn around the area or areas affected. e. In the event of o�erlapping ehaz�.ges, use different colors for the o�erlapping changes. S. Canversion of schematic layouts a. In some cases on the Drawings, arrangements of conduits, circuits, piping, ducts, and similar items, are shown schematically and are not intended to portray precise physicai Zayaut. 1) Fir�ai physical arrazlgement is determined by the Gontractor, subject to the City's approval. 2) However, design of fu#ure modifieations of ihe facility may require a�curate information as to the final physical Iayout o� items wl�ich are s��wn only schematica�ly on the Drawings. b. Show on ti�e job set of Aeeord Drawings, by dimension accurate to within 1 inch, the centerline of each ri,in of items. 1) Final physscal arrangement is datermined by the Contxaator, subject to the City's appraval. 2) Show, by symbol or note, the vertical location of the Ifem ("under slab", "in ceiling pienum", "e�ased", and the like). 3) Make alI identiiication sufficiently descriptive that it may be related reliably to th� Specification:s. c. The City may waive the requiremenfs for conversian of sehematic layouts where, in the City's judgment, conversian serves no useful purpos�. However, do not reIy upon waivers being issued except as specifically issued iri writing by the City. B. Final Project RecQrd Dacuments 1. Transfer of data to Drawings a. Carefully transfer change data shown on ihe j ab set of Record Drawings ta the corresponding fnal documents, coordinating the changes as required. b. Clearly indicate at each affected de#ai1 and other Drawing a full description of changes made during constructian, and the actual location of items. Gomanohe Trait - FiROIvI CITY OF FORT WORTIi CPN:]D3396 STA�IDARD CONSTRUCTION SPECIFICATTON DOCUMENTS Revised 7uly 1, 2011 ]00 PRE.-CAST ARCH CULVERT Page 1 of {3 SECTION 03 99 00 PRE-CAST ARCH CLTLVERT PART 1- GENERAL 1. Description 1.1. Type This work shall cansist of furnishing and constructing a pre-cast arch culvert in accordance with these specifications and in �•easonably close confarmity with the lines, grades, design and ciimensions shawn on the pians or as estak�lished by the Engineer. In situatians where two ar more specifications apply to diis wark, the most stringent requi�•ements shail go�ern. 1.2. Designatian Pre-cast arch culvei�ts tx►anufactured in acwrdance with this specifieat�on shall be designated by span and rise. Pre-aast reinforced concrete wingwalls and headwalls manufactured in accordance with this specificaiian s�all be designated by lengt�i, height, and defleetian angle. 13. Manufacturer Provide bridge drawings inaludina a plan view showing total bridge length and and t�•eatment wall length and angles, upstream and downstream end elevations showing precast span, clear span., precast rise, clear risa, headwall heig�t and wall tY►ickness dimensians of bridge rr�embers and hridge end treahnents, - At no additional cost to the owner, the contraetor shaii be respansible for any pi•o}ect-related design andJar cost changes related to the tlzree-sided precast br.idge system if ar� alternate precast three-sided culvert is approeed by the engineer at the contractor's request. This incl�ades, but is not limited to, changes in the foundation design, grading, backfll, scaur countermeasures, etc. 2. Desigin 2.1. Specifications The precast e�ements are designed in accardance with the "A.A.SHTO LRFD Bridge Design 5pecifications" 9k}� Edition, adopted by the American Association of State Highway aod 'I'ranspo��tation Offieials, 2020. A m.inimum of one foot of cover abave the crawn of the bridge units is required in the installed condition. (Unless noted otherwise on the shop drawings and design�d accordingly.) 3. 1Vlaterials 3,1. Concrete The conc�•ete for the grecast elements shall be air-entrainedwhen installed in areas subject ta freeze-thaw conditions, composed af Portland cement, fine and coarse aggregat�s, admixtures and water. Air-entrained concrete shail cantain 6� 2 percent air. The air-entraining admi�cture shall confarm to AASHTO Ml S4. Tha minim�m cnncrete ct�mpressive strength shal� be as shown on the shop drawings. 3.1.1. Portland Cen►er�t - Shall conform to tlie requirements af �1STM Specifications C150- Type I, Type II, or Type IIi cement. 3.1.2. Coarse Aggregate - Shall consist of stone having a maximum size of 1 inch. Aggregate shaIl meet requirements for ASTM C33. 3.13. Water Reducing Admixture - The manufacturer may submit, for appro�val by the Engineer, a water-redueing admixture far the purpase of increasing workability and reducing the water require�nant for the cancrete. 3.1.4. Calcium Chloride - The addition to the mix of calcium chloride or acEmixiures eantaaning calcium chloride will not be permitted. 3.1.5. Mixture The aggregates; ceinent and water shall be proportioned and mixed in a batch mixer to produce a homogeneous conerete �eeting the strength requirements of this Comanche Traik — HROM Ip339b IDO PRE-CAST ARCH CULVE1tT Pa$e 3 of 13 oth�rwise noied an the shap drawings. The cl�ar distaQce of the end circumferential wires shall not he less than nne inch nor more than two inches from the ends r�f each section. Reinforcement shall be assembled utiiizing singie or multiple layers of welded wire fab►•ic (not to exceed 3 layers), supplemented with a single layer of deformed billet-steel bars, when necessary. Welded wire fabric shall be eomposed of circumferential and longitudinal wires meeting the spacrng requirements of43, below, and shalI contain sufficient longi�udinal wires extending through the bridga unit to maintain the shape and position of the reinforcement. Longitudinal distribution reinforcemenk may be we�ded wire fabric or defarmed billet-steel bars and shall meet tl�e spacing requirements of 4.3, beiaw. The ends of the longitudinaf distribution reinforcement shall be nat more than 3 inches and not less than 1 112 inches irom the ends of the bridge unit. 4.2.2. Bending of Reinforce�ent for Pracast Bridge Units — T'he autside and inside ciraumferential reinforeing steel for tlie corners of the hridge shall be bent to such an angle khat is appraximately equal to the con�guration of ihe bridge's outside corner. 4.2.3. Placement of Reinforcement for Precast Wingwalls and Headwalls - The cover of concrete ove�� the longitudinal arid transverse reinforcement shall be 2 inches minimum. The clear distance from the end of each precast element to the end of reinfarcing s#eel sha�l not be less than %z inch nor more khan 3 inches. Reinforcement shall be assetnbled utilizing a single layer of weided wire fabric, or a single layer of deformed biIlet-s#eal bars. Wclded wire fabric shall be compos�cf af transverse and longitudinal wires meeting the spacing requirements of 4.3, below, and shall contain su�eient longitudinal wires extending through the element to maintain the shape and position of the reinforcement. Langitudinal reinforcennent rnay 6e welded wire fabric or deformed billet-steel bars and shall meet th� spacing requireznenfs of 4.3, below. �4.2.4. Placement af Reinfareem�nt for Precast �'oundation Units — The cover of concrete o�ar the bottam reinfarcement shall be 3 inches mininnum. The cover of cancrete for all other reinf.orce�nent shall be 2 inelies minimum. The clear distance fi•om �lie end of eaeh precast element to the end of reinforcing steel shalI not be less than 2 inches nor mo�•e than 3 inches. Reinforcement shall be assernbied utilizing a sir�gla layer of weldeci wire fabric ar a sing[e iayer of defortned billet-steel bars. �elded wire fabric shall be composed of transverse and longitudinal wires meeting the spacing requirements of 4.3, belaw, and shall contain suf�'icient longitudinal vvires ea�tending through the element to maintain the sk►ape and position of the reinforcemenC. Longi�tudinal reinforcerr►ent may be welded wire fabric ar defoemed billet-steel bars and shall meet the spacing requirements of 4.3, below. 43. Laps, Welds, Spacing 4.3.1. Laps, Welds, and Spacing for Precast Bridge Units - Tension splices in the circumferential reinforcement shall be made by lapping. Laps nr�ay be tack we�ded together for assembiy pur}�oses. For smoo.th welded wire fabric, the averlap shall meet the requuements oiAASHTO 8.3fl.2 and 8.32.6. For defoimed welded wire fabric, the averlap shal! meet the requiremer�ts of AASHTO 83Q.1 and 832.5. The averlap of welded wire fabric shall be measured between the outer-most [ongitudinal wires oieach fabric sheet. For deformed billet-steel bars, the o�erlap shall �neet the requirements of AASHTO 8.25. �ar splices other than tension splices, the overlap shall be a minimum nf 12" far walded wire fabric or deformed billet-stael hars. The spacing center to center of the circu�nfe�•ential wires in a wire fabric sheet shal! be not less than 2 inches nor mare than 4 inches. The spacing center to center of the longitudina[ wires shall not b� mora than 8 inches. The spacing center to center of the longitudinal distribution steel for either line of rainforcing in the top slab shall be not mor� than 1 fnot 4 inches. �,3.2. Laps, Vti7elds, and Spaeing far Frecast Wingwalls, Headwalls and Poundations - Splices in the re�nforcement shall be made by lapping. Laps may be tack welded together for assembly purposes. For smooth welded wire fabric, the overlap shall meet tl�e requirem.ents of iA.A.SHT'O 8.30.2 and 8.32.6. �`or deformed welded wire fabric, the Comanche Trail—HROM 103396 i oa PR�CAST ARGl3 CL3LVERT Page 5 of 13 agency on a continuing basis.. The agency shall issue a repo�k, certiiied by a licensed engineer, detailing the ability of the Precaster to produce qua�ity products consistent with indvstry standards. 4.6.2.2. The Precaster shali show that the follawing tests are perfortned in accardance with the ASTM standards indicaied. Tests shail be per�or�ned as indicated in Sectian b of these specifications. 4.6.2.2.1. A.ir Cantent: C231 or C173 �4.6.2.2.2. Campressive Strength: C31, C34, C497 4.6.2.3. The Precaster shall pravide dacumentation c�emonsYrating campliance with tl�is sectian #o the manufacturer at regular intervals or npon request. 4.�.2.4, The Owne�• may place an inspecYor in the plant when the ptoducts covered by this specification are 6eing manufactured. 4.G3. Documentatian - The Precaster shall submit Precast Procfuction Reports the manufacturer Engineered Solutions as raquired. 5. Perxn'issible Variatinns 5.1. Bridge LTnits 5.l . l. Internal Di►nensions - The internal dimension shall vary nat more than 1% frotn the design dimensians nor more than 1-I12 inches wllicliever is fess. 5.1.2. Slab and Wall Thickness - T�e slab and wall tl�ickness shal.l not be less than that shown in the design by more than 114 inch. A thickness more than that required in the design sha�i not 6e cause for rejectian. 5,1.3. Len.gth �f Opposite Surfaces - Variafions in laying lengths oitwo opposite surfaces of tiie bridge unit shall not be more than i12 inch in any section, except where be�elsd ends for laying of curves are specified by the purchaser. 5.1.4. Length of Section - The vnden•un in length af a section shall not be zuore than 112 inch in any bridge unit. 5.1.5. Position of Reinforcement - The ma�cimum variatian in positian of the reinforc�ment shall be � lf2 incli. In �ao case shall tlae co�er over the reinforcement be less than 1 I/2 inches for the autside circumferential steel or be less than 1 inch fnr the inside circumferential steel as measured to the external or internal surface of the bridge. These tolerances or cover requirements do not appiy to mating surfaces of the joints. 5.1.6. Area of Reinfot'cement - The areas of steef reinforcement s�all be the design steel areas as shown in the manufacturer's shop 3rawings. Steel areas greater than khose required shall not be cause for rejection. The per�nissible variakion in diamete�• of any reinforcement shall confo�m ta the tolerances prescri6ed in the AST1Vf Speci�cation for that type of reinforcament. 5.2. Wingwalis & Headwalls 5.2.1. Wall Thickness -�'he wall thicicness shall not vary froen that shown in the design by more than I12 inch. 5.2.2. Lengthl Height of Wall sections - Tlie length and height of the wall shall not vary fi•om that sharm in the desi�n Uy more than 112 inch. 5.2.3. Position of Reinforcement - Tlie maximurn vatiation in the pasition of the reinforcement shall be f 1/2 inch. In no case shall the cover over the reinforcement be less than 1 1/2 inches. Comanche Trail — HROM 10339fi 1flR PR�CAST ARCH CULVERT Paoe 7 of 13 6.2. Inspection The quality of �naterials, the process of manufacture, and the finished precast elements shall be subject to inspection by the purchaser. 7. Joints The brictge uniis shall be produced with fl,at buti ends. 7'he ends of the bridge unit� shall be such that wi�en the sections are laid together, they r�vill make a cantinuous line with a smooih interiar free of appreciable irregularitles, all compatible witi� the permissible �ariations in section 5, abatre. Tlie foint width between adjacent precast units shall not exceed 3/4 inches. 8. Warkmanshipl Finish The bridge units, wingwalls, headwalls and iaundatian units shall be suhstantially free of fractures. The ends of th. e l�ridge units shall be normal to the walls and centerline of the bridge section, within the li�nits of the va��iations given in section 5, above, except where beveled ends are specif ed. The Faces of the wingwalls and headwalls shail be paraliel to each other, within the limits ofvariations given in section 5, aba�ve. T`he surface of the pracast elements shaU be a smonth steel form or troweled surface. Tra�ped air packets causing sUrface defeats shall be considerad as part of a smoofh, steel farm finish. 9. Re.pairs Precast elements may be repaired, if necessary, Uecause oi imperfections in manufacture or handling da►nage and rvill be acceptable if, in the opinion of the purchaser, the repairs ara sound, properlp finished and cured, and the repaired sectian conforms to the requirements af this specifrcation. 10. Rejection The precast eiements shal{ be subject ta rejection on account of any of the specification requirements. Indi�id�aal precast elernents may be rejected because of any of the following: 10.1. Fractures or c�•acks passing through the wall, except for a single end crack that does not exceed one half the thic�ness o.f the wall. 1a2. Defects that indicate proportioning,. mixing, and molding not in compliance with section � of these specifications. 1 Q.3. Honeycombed or open texture. 10.4. Damaged ends, where such dacnage wauld prevent making a satisfactory joint. 11. Marlcing Each bridge �init shall be clearly marked by waterproof paint. The following shall be shown on the inside of the verkical leg of the bridge saction: Bridgz Span X Brida� Rise Date ofi Manufacture Name or trademark of the manuiactarer 12, Installation Preparatifln x'o ensure correci instailation of tlie precast concrate bridge system, care and caution must be exercised in fnrming the suppo��t areas for bridge units, headwall, and wingwall elements. Exercising special cat�e will facilitate the ra�id installation of tkxe precast components. 12.1. Faotings Do not over excavate foundatinns unless directed by site soil engineer to remove unsuitable soil. The site soiIs engineer shall certify that the bearing capacity meets or exceeds the faoting design requirements, priar to tl�e cnntractor pouring of the footings. The bridge units and wingwal3s shall Comanche Trail — H120M 1�3396 S00 PR�CAST AACH CULVERT Page 9 of 13 and the bottain of the bridge's vertical legs or the bottnm of the wingwalL Also, a supply of 114 inch, 112 inch & 118 inch thick hardboard or plastic shims for various shimming purposes shall be oa site. 13.3. Placement ofBridge Units Tha bridge units shail be placed as shawn on the Engineer's pIan drauvings. Special care shall be talcen in setting the elements to the true line and grade. The joint �vidth between adjacent precast units shall not exceed 314 inches. 13.4. It is the eontractor's responsibility to maintain the siructure span during ali phases of installation. Due to the arch shape, 6ridge elements will iend to spread under self-weigh#, It is imperative that any Lateral spreading of the bridge elernents he avaided during and after their placement. Generally, horizontal cable ties or tie rods are shipped in the largex bridge elements to assist in preventing this spreading. Cable tiesltie rods sha11 not be remaved un�il bridge uni�s are grouted and grout has cur�d. It is reco�nmended that temporaiy hardwood blocks be used in conjunction with the cableltie rods to rnaintain span. If, hawever, due ta site restrictions, these cahle tiesltie rods must be remo�ed prior to placement of[ the 6ridge elements, the contractor rnust notify the manufacturer atad request a suggested installation procedure. In addition, if the cable tiesltie rads must be remo�ed prior to satting arch units, ihe following quality control procedure must be followed: 1} Find "measured span" upon arch unit's dclivery to site, priar ta lifting from truck anci remor�ing cabie ties/tie rods. "Measured s�an'' shall be the average of (3} span measurements along the lay length of the arch unit. 2) t�.fter sett�ng of bridge unit on the foundation, verify th� span. 'Z'his "installed span measurement" shail not exceed the maximum of A) The nominal span �-'/" OR B} The "measured span". If the "installed span measurement" exceeds this amount, th� arch unit shall }ae 1.ifted and re-set until the "installed span measurement" meets the limits. I3.5. Placement af Wingwalls ,Headwalls & Foundation Units The wJngwalls, headwails and foundations shall be plaeed as show�i on tize plan drawings. Special care shall be taken in setting #he elements to tha true line and grade. 13.6. Waterprflofingl �oint pratectian and 5ubsurface Drainage 13.6.1. External Protection of 7oints - The buft joint made hy two adjoining 4�ridge units shalf be covered with a 718" x 1 3/8" preformed bituminous joint sealant and a minimum of a 9- inch wide �oint wrap. The surface shail ba fi'ee of dirt bafore applying the jaint material. A primer compatible rvith the joint wrap to be used shall be applied for a miniinum width of nine inches on each side of t�e joint. The externai rvrap sha61 be CS-212 by CONRETE SEALANTS INC., F,Z-�VRAP RUBBER hy PRESS-SEAL GASKET CORPORAT"ION, SEAL WItAP by MAR MAC MANiIFACTURING CO. INC. or approved equal. The joint shall 6e covered contin�iously fram the battom of one hridge section leg, acx•oss the top of the bridge and to the opposite bridge section leg. Any laps that result in the joint wrap sha[1 be a minimum of six inches lang with the overlap running downt�ijl. 13.G.2. In addition to the joints between bridge units, the joint bekween the end bridge unit and the headwall shal� alsn be sealed as described above. If precast wingwalls ax�e used, the joint hekween the end bridge unit and the wingwall shall be sealed with a 2'-0" strip of filte�• fabric. Also, if lift holes are formed in tl�e bridge units, they shall be primed and covered with a 9" x 9" square of joint wrap. 13.6.3. During the back�llin� operation, care sliafl be taken to keep the joint wrap in its proper lncation over the joint. Coman¢he Trail — HROM �03396 100 PA�CAST AACH CULVERT T'age l 1 of 13 13.8.5. Required Sackfill Praperties Finished Grade �N 'V In-sltu Soi! � A dtie�`e °�� a�a � B a� � ri �a ��a o�s o•tt�d a:St� B o�d To Roadway Base / a�'� Finish Grade pr2-D"min q�_o^min a't�'� — Limits ofCritical Back�l Zone B A AL�' �in SlfL Sa71 � o �a 13.8.5.1. In-situ soil Natural ground is to be sufficientiy stabl� to aIlow effective support to t�ie precast cancrete bridge units. As a guide, tk�e existing natural graund should be of similar quaiity and density to Zone B material for m�nim� lateral dimension of one bridge span autside af the hridge footing. 13.8.5.2. Zone A Zone A requires fiil material with specifications and compacting proce�ures equaf to tha# for normal road embankments. 13.8.5.3. Zane B Generaily, soiis shall be reasonably free of organie matker, and, near concrete surfaces,. free of sfones larger than 3 inches in diarneter. See charts far detailed 5PAN FILL HEIGHT p`CCEPTABLE MA7ERIAL INSI�E ZONE B S 24'-a" z 12'-0" Ai , A3 5 24'-0" < 12'-0" A1, A2, A3, A4 > 24'-0" all Ai, A3 Acceptai�le Soi{s for �se in zone t� �acxtni Character of Fraction Percent passing US Sieve No. passing No. 40 Sieve Typical USCS AIISHTO AASHTfl Soil Descriplian Materials Group Sufograup #10 #4D �20p Liquid Plasticity Limit Index Largely gravel but can inGude sand GW, GP, SP A 1 a 50 max 30 max 15 max 6 max and (ines A-1 Gravelly sand ar graded sand, may GM, SW, SP, �_.�b b0 max 25 max 6 max include flnes SM GM, 51N, ML, Sends, gravels witli Irnv-plastieity silt SP, GP A-2 A-2-4 35 max 40 max 10 max fines 5ands, gravels with plastic silt 5C, GC, GM A-2-5 35 max 41 min 10 max fines SP, 5M, SW A-3 51 min 1 � max non-plastic Fine sands ML, SM, SC A-4 36 min 40 max 90 max Lo,nFcompressihi{ity silts descriptions ot acceptaoie soiis. Comanche Trail -- HRalvf l03346 ioa PRE-CAST l�tCH CULVECtT Page l3 oF 13 13. $.9. li�Ionitaring The contractor shall check sattfements and horizontal displacement af foundation to ensure that they are within tl�e allowable limit provided by the engineer. Thes.e meast�rements should give an indication of the settletnents and deforma�ions along the length af the foundations. The first measurement should take place a$er the erection oF all pre�ast bridge system elements, a second af�er eompletion of backfilling, and a tlzird before opening of the bricige to t�affic. Fuither measurements may be made according to local conditions. Comanche Trai{ — HROM l0339b 312316-2 UNCLASSIFIED EXCAVATION Fage 2 of 5 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 1f, 17 18 19 20 �1 22 23 z4 25 zs 27 28 29 3d 31 32 2. 3) Drying 4) Dust Cont�rol S) Reworking or replacing the over excavated material in rock cuis 6) Hauling 7) Disposai of excess material not used elsewhere ansite 8} Scarification 9) Clean-up Exca�ation by Surveyed Quantity a. Measuremen.t 1} Measurement for this Item shajl be by the cubic yard in its �nal position calculated using the average end area or composite method. a) The City will perfor7n a referenee surt�ey ance the Site has been cleared to abtain existing ground canditions. b} The City wi11 perform a�nal post-eonstruction sur�vey. c) The Con.tractor will be paid for t�ie cubic yardage af Excavated material calculated as the difference between the two sutveys. d) Partial payments v�+ill be based on estimated plan quan�iiy measurements ca[culated by the Engineer. b. Payment 1) The wor�C performed and materials furnished in aecordance with this Item and measured as �rovided under "Measurement" will he paid %r at the unit price bid per cubic yard ai "Unclassified Excavation by Survey". c. T'he price bid shall include: 1} Excavation 2) Excavation Safety 3) Drying 4) DUst Contral 5} Reworking or replacing the ov�r e�cavated material in rock cuts 6j Hauling 7) Disposal of excess material not used elsew�ere onsite S) Scarif cakion 9) Clean-up 33 1.3 REFERENCES [NOT USED] 34 35 36 37 38 39 1. Unclassiiied Exca�ation -- Without regard to materials, all excavations shall be considered unclassified and shall include all materials excavafed, Any reference to Rock or other materials on the Drawings oY in the specif cations is solely for the City and tha Contractor's iz�fo�•mation and is not to be taken as a classiiication of the excavation. 40 1.4 ADMIN�TRATIVE REQUIREMENTS 41 A. The Contractor wiil pa�ovide the City with a Disposal Letter in accordance to Division 42 O1. A. Deimitions CiTY QF FOitT WQIZTH Comanche Trail 5'1'ANDARD CONSTRi1C7TdN SPECIFICATION DOCUMENTS CFN: ! 03396 RevisedJanuary 28, 2013 31231b-4 [SNCLASSIFIED EXCAVATION Paga 4 of 5 1 z 3 4 5 5 7 S 9 10 11 12 13 14 15 16 17 1$ 19 za zi �2 23 24 25 zs 27 28 29 30 31 32 33 34 35 LI2 WARRANTY [NOT [TSED] PART 2 - PRODUCTS �NOT USED] 2.1 OWN�R FURN�SHED [NOT iTSEDj 2.2 PRUDUCT TYPES AND MATERIALS A. Materials 1. Unacceptable �'ill Material a. In-situ soiis classified as ML, MH, PT, OL or OH in accordance with ASTM D2487 PART 3 - FXECUTION 3.1 INSTALLERS [NOT USED} 3..2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 CONSTRUCTION A. Accept awnership af unsuitable or excess matez'ial and dispose of material off-site accordance with local, state, and federal regulations at locations. B. Excavations shall be perfarmed in the dry, and kept iree from watcr, snow and ice during constructio�► with eh exception of water that is applied for dust contral. C. Separate Unacceptable Fill Material fi�om other materials, remove from the Site and properly dispose according to disposal plan. D. Maintain drainage in the excavated area to avoid damage to the rpadway sectians and �roposed or existing shuctures. E. C�rrect any dama�e to the subgrade caused by weather, at no additional cost �o the City. F. Shape slopes to a�aid loosening matez'ial be�ow or outside the pz'oposed grades. Remove and dispose of slides as direc�ed. G. Rock Cuts 1. Excar�ate to finish grades. 2. In the event of over excavatian du� to contraetor errar below the lines and grades estabSished in the Dravvings, use appro�ed embankrnent material campacted in accordance witk� Section 31 24 00 ta repla�e the over cxcavated ai nn additinnal cast ta City. H. Earth Cuts 1. Excavate to finish subgrade 2, In the e�ent af over excauation due to contractor error beiflw the lines and grades established in the Drawings, use approved embankment material coz�r�.pacted in CITY OF FORT WQRT�T STANDAEiD CONSTRUCTTON SPECIFICATION DdCU3vIENTS Revised 7anuary 28, 2013 Comanche 7'rail CPAI; 103396 312h00-� Eivlt3AlYKMENTS Page 1 of 10 1 2 3 PART1- GENERAL 4 I.I S1J�MMARY 5 A. Sectipn Includes: 6 7 S 9 10 11 12 13 14 SECTION 3� 24 00 EMBANIKMENTS 1. Transporting at�d placemerzt of Acceptable Fill Material within the boundaries af the Site for construction of: a. Raadways b. E�nbankments c. Drainage Channels d. Site Grading e. Any other operatian involving the piacement af on-site materials B. Deviations fram this C.it� af Fort Worth Standard Specification None. 15 C. Related Specification Sections include, but ar'e not necessarily limited to: �6 1. Divisian 0— Bidding Requirements, Cantract Forrns and Conditions of the Contract 17 2. Division 1— General Requirementis 18 3. Section 3 l 23 16 — YTaclassified Excavation 19 1.2 PRICE AND PAYMENT PROCEDiTRES 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 A. Measurement and Payment l. Embankments by Plan Quantity a. Measurement 1} Measurement f�r this Item sh.all be by ih.e cubic yard in its fina! position using the average end area m�thod. Limits af ineasurennent a��e shown on the Drawittgs. 2} When measured by the cubic yat•d in its final position, this is a pians quantity measurement Item. 'I'he quaritity to be paid is tile quantity shown in the pxaposal, unless modiiieci by Article 11.04 of the General Conditions. Additional measurements ar calculations wiil be made if ad�ustments of quantities are required. b. Payment 1) The work pei�formed and materiats furnlshed in accordance with t11is Item and measured as pro�ided under "Meastuement" will be paid for at the unit price bid p�r cubic yard af "Embankmeni by Plan". No additional compensation will be a1lowed for rock or shrinkagelswell factocs, as these are the Contractor's responsibility. c. The price bid sha11 include: 1) T�'ar�sporting or haul�ng material 2} Placing, compacting, and finishing Enabanlcment 3) Constrnction Water CITY OF FOR'1' WORTH STANDARi� CONSTRUGTION SPECIFICATIO%I DaCUM�NTS Revised Ianuary 28, 2013 Comanche Trail - HRdM CPN: 10339b 312400-3 E�rIBANKIVIENTS Fage 3 of 10 1 e. ASTM D7382-08, Standard Test for Determination of Maximum Dry Unit 2 Weigiit and Water Cont�nt Range for Effective Coz�apaction of Granular Soils 3 Using a Vibrating Hammer � f. ASTM D1556-07, Standard Test for Density and Unit'V+I�ight of Soil In-Place 5 by the Sand Cone Method 6 1.4 .A DMINSTRATIVE REQIJIREMENTS 7 A. Sequencing 8 1. Sequence work such that calis of proctors are complete in accordance witt� ASTM g D698 prior to commencement �f constructian activities. 10 1.5 SUBMITTALS 11 A. Submittals sk�all be in accordance with Section O1 33 00. 12 B. Ali submittais shall be appro�ed by the City prior to canstruction 13 1.6 ACTION S�[7BMITT�iL51INF4RMATIONAL SiIBMTTTALS 14 A. Shop Drawings �,5 1. Stockpiled materiai 1� a. Fravide a deseription of tha storage of the �xcavated material oniy if the 17 Contract Documents do not allova storage of materials in the right-of way or the �g easement 19 1.7 CLOSEOUT SiT$MITTALS [NOT USED] 20 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] Z1 1.9 QUALI'I'Y ASSURANCE [NOT USED] 2� L10 DELIVERY, STORAGE, AND HANDLING 23 24 25 26 z� 28 29 3fl 31 32 33 34 35 36 37 38 39 A. Storage 1. Within Existin.g Rights-of-Way (ROW) a. Sflil n:zay be stared witi�in existing R�W, easements or temporary construction easements, unless sp�cificalIy disallowed in the Contract Documents. b. Do noi block drainage vcrays, iniets oz' driveways. c. Pi-ovide erosion contro� in accordance with Section 31 25 40. d. When. the Work is performed in active tz'affic areas, stare materials only in areas barricaded as pz'ovided in the traffic control plans. e. In non-paved areas, do not stare material on the raot zana af at�y trees or in landscaped areas. 2. Designated Storage Areas a. If the C.ontract Docwnents d� not allow the storage within the ROW, easeinent ar ternporaa•y const��uction easern�nt, then sec�ue arid mai�tain an adequate starage location. b. Provide an afiidauit that rights have been secured to store the materia,is on private property. c. Pravide erosion control in accot-dance with Section 31 25 00. CITY OF FORT WORTFI STANDARD CONS'T'CtUCTION SPECIFICATIOhI DOC[IMENTS Revised danuary 2$, 2d 13 C6manche �'ra�l - HROM CPN: 1 Q339f 3izaaa-s EMBAIVIC.MF.NTS Page 5 of L O 1 2.3 ASSEMBLY OR FABRICATION TOLERANCES [NOT USED] 2 2�.4 ACCESSORIES [NOT USED] 3 2.5 SOURCE QUALTTY C�NTROL [NOT USED] 4 PART 3 - EXECIITION 5 3.1 INSTALLERS [NOT USED] 6 3.2 EXAMTNATION [NOT USEDj 7 3.3 8 9 a.a i� 12 i� �.4 15 16 17 18 S.9 za 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 3.4 37 38 39 �40 PREPARA.TX�N A. Protection of Iz��Place Conditions 1. Pavement a. Conduet acti�ities in such a way that does not damag� existing paveme�t that is designated to reinain. b. Repair ar replace any pavement damaged due to the negligence of the conhactar outside the limits designatec� for pat�ement removal at x►a additional �ost 2. Trees a. Wkien operating outside af existing ROW, stake permanent and temporary construcfion easements. h_ Restrict all canst��etian activities to the designafed east,ments and ROW. c. Flag and protect all trees designated ta xemajn in accardaqca with �eciion 3I 10 oo. d. Conduct embankments in a manrier such that there is no damage ta the tree canopy. e. Prune or t� inra tree lunbs as specif cally allowed by tlxe Drawings or as speci�cally allowed by the City. I) �'runing or trirnming may on{y be acco�nplished with equipment specifically designed for tree pr•uning or trimming. 3. Abo�e graund Structures a, Pratect all above ground structui•es adjacent to the construction. 4. Traffic a. Maintain existing t�•affic, except as modified by the traffic control plan, and in accordance �t+i.th Section 34 71 13. b. Do not block access to dciveways or alleys for extendad periods of time unless: 1} Alternative access has been provided 2) Praper notification has been provided to the propet�ty owner or resident 3) It is specifically allowed in the traffic control plan INSTALLATION A. Embankntents General 1. Placing and Campacting Eznbanlc�nent Materia! a. PerFarm �ll operation in an orderly and systematic rn.anner using equiptnent in proper sequence to meet the cnmpaction requirements CITY OF F012T WORTH STANDARD CONSTRLICTION SPECIFICATION DOC[IMENTS Revised 7anuary 2$, 2D13 Gomanche Trail - HROM CPN:]033R6 312400-7 EMBANICMENTS Page 7 of 10 � 2 3 4 S 6 7 S D. RockEmbanki��ents g 3. Ma�e the material durnped in piles or windraws by blading ot• by similar methods �,p ar�d incarporate ii into uniform layers, 11 4. �eatheredge ar mix abutting layers of dissimilar material for at least l Od feet to iZ ensure there a�'e no abrupt changes in the material. 13 5. Break down clods or lumps of mat�rial and mix embat�k�nent until a uniform 14 material is af�ained. 15 16 17 18 19 20 21 �z 23 24 zs 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 2. 3. 4. S. 6. 7. 8. a. Obtain approvai frorn the Ciry prior to incorporating roc�C and broken concrete produeed 6y the construc#ion project in the lower layers of the embankment. b, No Rock or Concrete will be �ermitted in embantcments in any location wl�ere future utilities are anticipated. c, When the size of appro�ed rock ar bro�Cen concrete exceeds the layer tl�ickness place the rock and concrete outside the limits of the proposed str�cture or pavement. Cut and remo�e all exposed reinforcing steel frorn the bro�en cancrete. Rock embanlcment is mainly composed af rock. Rock Embankments for roadways are anly allowefl when speciiically designated an the Drawings. Construct rock embankments in successive layers for the full width of the roadway cross-sectian wikh a depth of 1 S-inchas or less. The layer depth for large rock sizes shall not exceed a depth of 18-inches in any case. Fill voids created by the large. stone �natrix with smaller stonas during the placem�nt and fi.11ing op�rations. Ensure the depth of the embankment layer is �eate�• than th� maxiinum dimension of any rock. Do ttat place rock greater thazi 18-inches in its maximum dimension. Canstruct the final layer with g,�'aded ma#erial sa that the density and uniformity is in accordance compactian ��equirennents. The upper or fmal layer of rock embankments shall confain no tziaierial larger than 4 inches in their m�imum dimension. E. Density I. Compact each Iayer until the maxitxiurn dry density as determined by AS'I'M D698 is achieved. a. Not Under Roadway or Structure: 1) areas to be compacted in the open, not �aneath any structure, pavement, flatwork, or is a rninimum of 1 faot outside of the edge of any structure, edge of �avement, or back of curb. a} Connpac# each layer to aminimum of 90 pet•cent Standard Proctor Density. b. Embanktnents under future paving: CITY OF FORT WORTH STANDAR� CONSTRiiCTfON SPECIFICATION DbCUMENF'I'S Revised 7anuary 28, 2013 Comanche Trail - HRbM CPN: 103396 312400-9 EMBANKMENTS Page 9 of 10 1 2 � 4 5 s 7 8 9 �a 11 12 13 14 15 16 17 18 19 20 2� 22 23 2�4 25 26 27 28 29 30 31 32 33 34 35 6) Correct a) Soft spots that rut or pump greater than 314 inch. b} Areas that are unstable or non-uni%rxn 7) If a non-�niform area is found then correet the area. b. EmbanlcFnents Not ilnder Future Paving 1} Na Proof Roliing is required. 3. Density Testing of Embanlcments a. Density Test shall be in conformance with ASTM D2922. b. For Ernbankments under future pavement: 1} The City will perform density testing twice per working day when compaction operations are being conducted. 2) The testing !ab shall take a minimum of 3 density #ests, but the number of test sh.all be appropriate for the area being co�npacted. 3) Testing snall be representati�e af the current lif� being compacted. 4) Special attention should be placed on edge conditions. c. Foj� Embankments not under future pavetnez�t or structures: 1} The City will perfornt density testing once v,aorking day when compaction aperations are being conducted, 2) The testing lab sha11 take a minimum of 3 density tests. 3) Testing sha11 be representative of the current 1ift. being compacted. d. Make the area where the embankment is bei�g placed avaiiabie for testing. e. The C.ity will determine the locatian of the t�st. f. The City testing lab will provide results to Contractar and the City's Tnspector upan compSetion af ihe testing. g. A%rmal report will be postad ta the City's Buzzsaw site within 48 l�ours. h. Test reports shall include: 1) Location. of test by station number 2) Time and date of tes# 3} Depth of t�5ting 4) Field moisture 5) Dry density 6) Proctar identifier 7} Percent Proctor Density B. Nan-Coniaz'rning Work l. All non-confoxming work shall be removed and replaced. CZT'Y OF FORT WOATFI STANBARI] CdNSTRLTCT'ION SP�CIFICATIQN DbCUMENTS Revised 3anuary 28, 2d l3 Coinanche Trail - HROM CPN: I 03396 33 l2 10 - 1 WATER SEItV10ES 1-INCH TO 2-iNCH Page 1 of l7 SECTION 3312 10 WAT�R SERVIC�S 1-INCH TO 2-INCH PARTI- GENERAL 1.1 SUN�MARY �i. S�ctian Inciudes: 1. Lead-free 1-inch to 2-inch water service lines from the water main to the right-of- way, fittings az�d water mete�' boxes complete in place, as shnwn on the Drawings, directed by the Engineer, azzd specifed herezn for: a. Neva Water Service b. New Water Service {Bored) c. Water Meter Service Relocate d. Private Water Service B. Deviatians from tlus City of Fort Wortla Siandard Specification 1. Nane. C. Products Insialied but not Furnishad LTnder this Section I. Water meters for various sizes D. Related Specification Sectior�s ipclude, but are nat neeessariiy limited to: J, Divjsian 0— Aidding Requirements, Conia'act Fatms and Conditions ofthe Contract 2. Di�ision 1— General Rec�uirements 3. Section 33 �4 40 — Cleaning and Acceptance Testing af Water Mais�s 4. �ection 33 OS 10 -- Utilify Trench Excavation, Embedtnent and Backfill 5. S�ction 33 12 25 — Connection ta Exjsting Water Mains �.2 PRICE AND PAYMENT PRQCEDUR�S A. Measurement and Paymeni New Water Service a. Measurement 1) Measurement for this Item shail be per each new "Watet 5ervice" complete in place from the tap of the mai.� to the installation of the meter box and associated ap}�urtena.nces where the service line is installed by apen cut construction. b. Payment I) The work performed and materiais �urnishad in accordazice with this Item and measured as provided under "Measurement" will be paid for at the uttit price bid per each "Water Service" installed for: a) Various sizes c. The price hid shall include: 1} �'urnishing and installing 1�Iew S�rvics Line as specified hy ti�e Drawings 2) Sub�itting product data 3) Tapping saddle 4) Corporatinn stop 5) Curb stop b} Fittings CITY OF FORT WORTH Cumanehe Trail - HROM STANDARD CONSTRUCTION SPECIFICATIbN DOCUMENTS 103346 Revised Pe6ruary 14,2017 33 12 10 - 3 WATER SEIZVICES 1-INCEI TO 2-INCH Page 3 of l7 from centerline of existing meter location and the materia�s fumished in accordance with this Itenn will be paid for at the unit price hid per each "Water Meter Service, Reconnection" installed for: a} Variflus size of set"vices c. The price bid shall include: 1) Private setvice line 2} Fittings 3) Private connection to vvate�' metet• 4) Cflnnection to existing private service line 5} Cut and crimp of existing service 6) Retnoval and Disposal or Sal�age of existing 2-inch or smaller water meter, as directed by City 7} Pavernent removal S) Excavation 9) Hauling lfl) Disposal of excess material 11) Surface restora�on for area disturbed for installation of ineter box, excluding grass (seeding, sodding or hydro-mulch paid se�arately) �2) Clea.tl�up 13) Cleaning 14) Disinfectian 15} Testing 4. �rivate Water Service Relocation a, Measu�'ement 1) Measurement for this Item shall be per linear foot of Private 5ervice relocation complete in place fxom the meter box to a connection to the e�sting service line an private property. b. Payment 1) The work performed in conjunctian witi� Private Seivice Line ins#aliation where t�e meter and meter boxes are rnoved more than 5 feet in any direction from centerline of existing meter locatian and materials furnish�d in acca�'dance witlx the Ite�n and measLued as provided under "Measurernent" �vill be paid for at the uait price bid per Linear foot of "�rivate Water Service" performed for: a) Various service sizes c. The price bid shall inelude: 1) Qbtaining appropriate permit 2} Obtaining Right of Entry 3) S�bmitting praduct data 4) Private service line 5) Fittings 6) Sackflavt+ preventer, check valve,. and isolation valve relocation, if appiicable 7) Conri�ction to existing �Srivate sr�rvice jine 8) Pavement remo�al and replacement 9) Excavafion 10) Hauling I 1) Disposal of excess material C1TY OF F4RT WORTH Comanche T�ai! - HROM STAIVI7AIL17 CONS`I'RUCTIOTi SPECIFICATION DOCUMENTS 1a3396 Revised February 14, 2U 17 33 l2 10 - 5 WATETt SER�TCES 1-INCH TO 2-INCH Page 5 af l7 i. D8$3, S.tandat•d Tei�inolagy Relating to Plastics. j. D1693, Standard Test Method for Envit•onmental Str�ss-Cracking af Ethylene Plastics 3. American Water Warks Associatipn (AWVJA): a. C70Q, Cold Water Meters - Displacement Typa, Bronze Main Case. b. CS00, LTnderground Ser�+ice Line Valves and Fittings. 4. NSF International (NSF): a. 61, D�inicing Water 5ystem Components - Health Effects. 5. Reductian of �ead in Drinlung Water Act a. Public La� 1 ll-380 (P.L. 311-380� 6. General Services Administration {GSA): a. RR-F-621E, �'rames, C.overs, Gratings, Steps, Sump and Catch Basin, Manhole 1,4 ADMII�TISTRATNE REQUXREMENTS A. Scheduling 1. Provide ad�ance notice for service intei:rupt�ons and rneet raquire�enta ofDivision 0 and Division 1. 1.5 SUBMITTALS A. SubmiYtals shall he in accordar►ce with Section 01 33 00. B. All submittals shall be approved by #he City prior t� delivery. 1.G ACTION SLTBMiTTALS/IN�ORM�TIONAL SUSMITTALS A. Produet Data, if applicable: 1. Tapping Saddle 2. Carporation stop 3. Curb Stap 4. Service Line 5. Meter Box 6. Meter Sox Lid B. Certificates and Test Reports 1. Prior to shipment of any Water Serviee components, the manufacturer sha�l submit the follawing: a. A Certi� eate of Adequacy of Design stating that the compone�ts to be furnished comply with ali regulatory requirements id�ntified in tlxis Section including: 1) The Reductinn af Lead in Drinking Water Act (�'.L. 11 I-38{l) 2) AWWA C8�Q 3) NSF 61 1.7 CLOSEOUT SLTBMITTALS [NOT USED] 1.8 MA7NTENANCE MATERIAL SUBMTTTALS [NOT iYSED] 1.9 QUALITY ASSIIRANCE A. Qualifications � . Manufacturers CITI' bF FORT WORTH Comanche Trail - HROM STANDARD CONSTRUCTION SPECIFSCA'fION i)OCL73�IENTS 163346 Revised February 14, 20.17 331210-7 WA'E'ER SCI2VICE5 I-iNCH TO 2dT[Cf3 Page 7 of l7 b. Furnish in the annealed conditions, unless otherwise specif ed in the Conteact Documents. 2. Ser�ice Couplings a. Fitting �nds 1} Flared Copper TubSng with thread dirnensians per AWWA C800 2) Provide coupling nuts with a machined bearing sku�t of a length equal to the tubirtg outer diameter (O.D.). b. �'rovide with hexagon�l wa'ench grip compatible with the coupling size. c. Provide lead-free service couplings in accordance witb. the Reduetion of Lead �n Drinking Water Aci. 3. Corparation stops a. Pro�ide brass castings per A�WA C800 for: 1) Badi�s 2) P1ugs 3) D washers 4) Bottom nuts b. Machining and Finishing of Surfaces I} Provide 1 3/4 inch per faot or 0.1458 inch per inch � Q.Ofl7 inch per inch taper of the seating suriaces for the key and body. 2) Reduce 1aE.rge end of the tapered surface of the key in diameter by chamfer or turning for a distance that will bring the largest end of the seating sut�'ace of the key into the largest diameter of tt►e seating surface of the 6ody. 3) Relieve taper seat in the body on the small end. 4) �xtend sma11 end of the key there-tluough to prevenY the wearing of a shoulder and facilitate proper seating af key. 5) Design �ey, key nut and washer such that if the key nui is tightened to failure point, the stem end of the key shall not fracture. 6) Design nut and stem to witl�stand a turning foz'ce on the nut of at least 3 times the necessary effort to properly seat the key without failure in any manner. 7) Port tht•ou�h corporation stop shall be full size to eliminate tu�•bulence in �e flow way. &) Design stop for rotatian about the �is af the flow passageway inside the followin� zninimum circles in order ta properly clear the tapping t�aachine: a) Two 718-inch for 1-inch corporation stops b) Four I511b-ineh fot' 1%2 -inch and 2-inch cotporakion stops c. Provide lead-free coi�oration stops in accordance with the Reduction of Lead in Drinking Water Ac�. G�rb Stops a. Frovide brass castirags per AWWA C800. b. Valve plugs shall be: 1) Cylinder type 2) �'lug fype, or 3} Sall type c. Incorporate fi�ll flow parting. d. Provide for fu11360 degree plug rotation clockwise oz' counter-cjocl�wise. e. O�erall Langth 1} 3-5/1G inch + 1/8 inch for 1-inch diameter 2) 4-1/32 ineh + 9.32 for 1-inch diameter CITY D�' FORT WOATH Comanche Trai! -�IRQIVI STA�fDARD CONSTRiTC'I'TON SPECIFTCATION DOCUMENTS 103396 Re� ised FeUruary 14, 2017 33 12 10 - 9 WATER SERVICES 1-INCH TO 2-TNCH Page 9 of 17 a. Brass castings per AWWA G800 b. In1et and outlet connections per AWWA C$00 c. Provide lead-free beannh connections in accordance with the Reduction of Lead in Drin�Cing Water Act. 9. Service Saddles a. Castings 1) Brass arNylan coated ducti�e iron castings pej� AWWA C$00 2) Free of porosiiy with slxarp edges removed 3) Saddle a} Form to fit iirmly against side of maximum diameter of water rnain with appro�im.ate�y 180 degrees wrap around. 4) Ou�let a) Design ou�let boss for no thread distartion by bending moments. b) Tapped foz' taper threaded co�•parat�an stop conforming to AWWA CSOQ. b. 5traps 1) Conform to ASTM B98. 2) For�n flat ta fit uniformly against the wall af the water �ain. 3) Shall be douhle siraps 4} Rod diameter not less than 51& inch flattened to 1 incl� on one sid�e. 5} 5traps shall be threaded 518 inch (11�NC-2A) for a distance such that'/x inch remair�s after clamp is fully tightened on the pipe. 6) Chamfer st��ap ends to p�'otect the stai�ting threads. '7) The threads shalI be full and free �t°ozn shear. 8) 4-inch and larger pipe shall be in accordance �ith Sect�on 33 12 25. c. N�ts 1) Bronze materiaf a) Same material as straps 2) Dimensions equal to or larger than heavy hexagon nuts 3) Tapped 5/8 'inch (11 NG2B) d. Gaskets 1) Neoprenerub�ermateria3 2) Cemented to saddle and positioned to facilitate installation I0. Brass Flanged Angle Valve a. For 1'/z-inch and 2-inch services b. Brass castings per AWWA CS00 c. Val�e Body �ith integra! outlet t�ang� and inlet wrenching flat d, Fit together 1<ey and 5ady by tujning key and reaming body 1) Key with O-ring seal seat at the upper end 2) Lap key and bady seat are to conform to corporation stop rec�uiremen#s af th.is Specificatzon. 3) The outlat flange shall eontain an O-zing seat or a uniform flat drop-in flange gasket surfaca. 4) Drop-in flange gasket surface shall cantain gas�et retaining gt•aoves milled circular abaut the axis of the flange. S) The size of the outlet flange and the diametex and spa�ing of the balt hales shall canform to AWWA C700. b) The flange on 2-inch angle valves shall be doubls drilled to permit connection to 1 '/2 -inch meters. CITY OF F01tT W�RTH Comanche Trail - I�ROM STANI)ARD CONSTRUC'TiON SPECIFICATI03� DOCUMENTS 103396 Revised February 14, 2� 17 33 12 10-11 WATER SEKVICES l-TNCH TO 2-1NCH Yage 11 oF 17 e. 1-inch Standat'd Meter Box (Class A) 1) For use with services utilizing 5/8-inch x 3/-inch, 3/a-i:nch or 1-inch meter Single ar Dual ser�ice meter. 2) Palyzner a) Size: working of nat less than 10 inches x 15 inehes, 12 inches high 3) Cancrete a) Size: working area not iess than IO-inches x 16-inches, 12, ir►ches higl� f 2-inch Standard Metax Box {Class C) 1) For use with services utilizing 1-ll2-inch or 2-inch �ingle ser�ice meter. 2) Polymer a) Size: vvoj•king area not less than 14-inches x 28-inches, 12 inches high 33 Concrete a) Size: working area not less than 15-inches x 26-1/2�inehes, 12 inches high g. Bullhead Standard Meter Box (Class B) 1} k'ar use with services utilizing two SIS�inch ��/a-inch or 3/a-inch ox 1-inch Single service mefer. 2j Polymer a) Size: wor�ing area not less than 1 S-inches x 18-inches, 12 inches high 3) Concrete a) Size: working area not less tha.n 1 S-inches x 18-inches, 12 inches 4�igh 12, Meter Box Lid a. Meter Box Lids Shall: 1) Be soiid throughaut with reinforcing ribs. 2} Have City of Fort Worth `MQily' logo moldeci into the lid. 3} Bear the Manufacfurer's IS {narne or iogo) and Country of Origin. 4) Be designed �oth with and withaut AMI receptacles 5) Have a molded tread-plate b) Seat se�urely and evenly inside the meter bax and shall �ot overlap the top edge. of the �►eter bax. 7) Have a molded pick bar for use by meter reading tool. 8) Have Automated Meter �zifrastructure (AMl) snap locking sSide rr�ounts %r nun'iber of rneterslendpoints associated witia meter box 9) Have an opening to accept the AMI end-point. Opening shaIl accommodate an endpoint with a 1-71$ inches diamefer. 10) Ha�e recessed AMI end point area, ta alleviate a trip hazard, centered aver AMI slide moutit. Recess area should be 4-112 inches in diameter and 3/8" deep. 11} Have built-in anti-flota�ion devices. b. C.ast Irc�n or Ductile Iron S) Lids for Concrete Meter Boxes sl�ali be construeted out of a cast iron and meetRRF-b2i specification. 2) Sha11 withstand a nnitumum �ertical load of 15,OD0 pounds 3) Coat castings with a bituminous ernulsi�ed asphalt unless otherwise specifiecf in the Contract Documents, ground smooth, amd cleaned with shot blasting, ta get a uniform quaiity free fi•om sirength defects and distortions. 4) Dimensions shall be within industry standards of �i/1� inch per foot. CIT'Y OF FORT WQR'TE3 Cotnancha Trail - HROM 5TANT]ARn CONSTR[JCTION SPECIFICATIpN DOCUI1r1ENT5 1p3396 Revised Pebruary L4, 2017 33 �a io - ia WATER SEItVICES 1-INGH TO 2-INCH Page 13 of 17 c) Far use with Class � Standard Meter Bax. d} Polymer 1id shall seat evenly inside meter box and shall not overiap the top edge of the meter hox. 4) Bullhead Standard Plastic Meter Box Lid (Class B) a) For use with services utilizing twn S/&-inch x 3/a-inch ar 3/4-inch or 1- inch Single service meter: b) Size: 16-5/8-in.ch x 1�4-518-inc�a, 1-31A inches high c) For use with Class B Standard Meter Box. d) Palymer lid shalI seat evenly inside meter bax arid shaiS not overlap the tap edge of the meter box. l3. Horizontal Check Valve a. Equip 1'/z-inch and 2-inch Water Servi�es with a horizontal check valve, with pipe plug, only if speci�ed in the Drawin�s. b. If an existing baekflaw prever�ter is present, tlae Contractor is fin leave it, and is nat required to pravide an additiona� harizontal cheek val�e. c. Prnvide lead-free horizontal check valves in accordanee with the Reductian of Lead in Drinking Water Act. 14. Service Marker a. 3 inch wide, 5 rnil blue vinyl tape 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL A. 7'ests and Inspections 1. At the City's aption, the xnanufacturer shall be �'equired to provide certification records showing canformance af materiats, design and testing to these Speci�'ications. 2. The test procedures shall conform to AW WA C800. a, in the eve�t that a chosen val�e fails ttie City's 1�ydrosta.tic test, the cost of the test shall be at the expense of the supplier. b. P�•oof testing of the remainder of the valves shall be at the cost and responsibilit�+ af the supQlier. c. These tests will be the basis of acceptance or rejection of the renr�ainder ofthe shipment by the City. 3. The City reser�es the right to select products at random for testing. The failure of materials to con%rm to the applicable 5pecification may r�sult iti the rejection of the entire shipment. B. Marking 1. Set`vice saddle castings shall he clearly rnarked by letters and numerals cast t�ereon showing: a. Manufacturer's naene b. Type c. Size of Pipe PART 3 - EXECUTION 31 INSTALLERS A. A licensed plumber is requir�d for installations on the outlet side of the service meter. CITiC OF FORT WdRTH Comanche Trail - HROM S'FANDARD CONSTRLTCTION SPECIFICAT[ON DOCL1IvIENTS [03396 Re�ised February 14, 2017 33 12 I6 - 15 WATER SF.RVICES 1-T1VCH TO 2-INCH Page 15 of l7 a) Copper tubing Yerminating 2s shown on the City's Standa�'d Detail b) May be required adjace.nt to gata vaives c) Install as shown on the brawings, or as directed by the Engineer. d) When required, shall be included in the unit price hid far installing gate valve. 2} Chlorination and testing purposes a) No separate payment will be made for taps required for testing and chlorination. 2, Installation. of Water Ser�ices a. IastaIl tap and Service L'tne in accordance �with. City Details. b. Insta3j meter box in aceordance with City Details. 1) Adjusttnent of fhe Service Line to praper meter pjacerrzent height shajl t�e considered as part of the Meter Ba� installation. 3. Trenching a. Provide a trench vaidth suff'icient1y wide to a11ow %r 2 inches of granular embedment az� either side oF the Service Line. 4. Bored Services a. Service.s shall be bored utilizing a pilot hole having a diameter t/Z inch ta 3/4 inches larger than the Servic.e Line. 5. Arrangeme�t a. Arranga corporation stops, br•anches, curb stops, meter spuds, meter boxes at�d other associate appurtenances as shown in the City D�tail, and to the ap.prnval af the Engineer. b. Service Marker a. When Meter Box is not installed immediate3y s.ubsequent to service insta]lation: 1) Maric Curb Stop with a strip of blue vinyl tap.e fastened to th.e end of the se�rvice and extendin� tluough the back%11 approximately 6 inchas above graund at the Meter Box Iocation. b. Installation af service taps only: 1} Attach serv�ce marker tape to the corporatian stop or plug and extend u�award anci normal to the main through fhe backfill at the adjacent trench edge to at least 6 inches above ground to f�ag the tap location. 7. Corporation stops a. Fully open corporation stop prior to back�iil. D. Re:t�oval of Existing Water Meters 1. Remove, tag and collect existing Water �ervice meter for pickup 6y the City for recanditioning or replacement. 2. After installatian of the Water Service in the proposed location and receipt af a meter from the City ins�ector, install the meter. 3. Reset the meter box as r�ecessaty to be flush with existing ground or as otherwise directed by the City. �. All such work on the outlet side o�'the service meter s�all be performed by a Licensed plumber. CiTY OP FORT WORTH Camanchc'Trail - H1ZOM STANDARD CQNSTRUCTIOTI SPECIFTCATTON DOC.UI�ENTS 103396 Revised February 14, 2Q17 33 12 10 - l7 WATER SEIZVICES 1-INCT1 TO 2-IIVCH Page l7 of 17 Revision DAT�. I NAlV� 1212U/2012 2/13/2013 4I26J2413 6/1912013 STJMMARY OF CHANGE Added Blue'�ext for cjarification 1.2 A. —Revisian to items inc�uded in price bid Specificatinn modified to be in accc�rdance. with the Reduction of L.ead in ➢rinicing D. .Tahnson Water Act — Al1 materials shall be Lead fi•ee in accordance with this Act. 1.2.A.3 — VJater Metex 5ei�rice Relocate was renam�d Water Meter Service Reconnect L.G.B. —added cerEiYieation suhtniktals for cam liance with re ulato re uiremen�: A.dded the phrase `, inoiuding grass' to lines; Fart 1, 1.2.A.1,e.14, Pa�t1, 1.2.A..2.c.13, Part I, 1.2.A.2.c.I3, Part 1,1.2.A.3.c.11, F. Grifiin Partl,l.2.A.4.c.11 Added the p�rase `and replacement' to line Pazt i,l.2.A.4.c.7 F. Griffin D.3ohnsan 1112112DIfi W.Na�tivoad 11/21/2016 W. Norwood 211411'7 W. Narwoad 2114II7 W.l�iarwond e�ised lines wath `including grass' replacing with `exeluding grass (seecfing, �dd'mg or hydromulching paid sepaeatefy)' �cluded in Part 1, L.2, A, [, c, !4; Paet 1, 1.2, A, 2, c, 13; Part 1, 1.2, A, 3, c, 11; art 1, 1.2, A 4, 2, 1 I ,2.A.4.c — Adtiition nf private waker service appuitenances relocation ta being �cluded in the linear foat ISCC Pf rivate water seivices ;eauire mete.r box saita�le for AMI mcter. 2.2,C, i i& 2.2,C,12 aire service saddle with double steaps. 2.2,C,9,h C, 9.a.3 Remove table "Fit Contour of pipe, .." .4, C, I.d.{2) Remave nylan sleeve inserts, requu�e ce threads. CITY OF FORT WORTH Coinanche Trail - I-l1tOM STAN]aARD CONSTRUCTION SPECIFiCATiON DOCUNI�NTS 10339G Revised Fehruary 14, 2017 34 71 l3 -2 TRAFFIC C�NTROi. Page 2 of 6 1 2 3 4 5 6 7 S 9 10 11 12 I3 14 3. Preparation of Traffic Control Plan Detai]s a. Measureznent 1) Measurement for tbis Itenn be per each Traffic Control Datail prepared. b. Payment 1) The work performed and materials furnished in accosdance vwiihthis Itern shail be paid for at the unit price bid per each "Traffic Control Detail'° prepar�d. c. Th� priee bid shall include: 1) �'raparing the Traffic Control l'lan Details far closures of 24 hours or lon.ger 2) Adiierence to City and Texas Manual on Uni�orm Traf�e Controi Devices (TM[JTCD} 3) Obtaining the signature and seal of a licensed Texas 1'rofessi�nal Engineer 4) Incorporation of City co�znents 15 1.3 �tF.i+ERINCES 16 17 18 19 20 21 22 23 A. Reference Standards l. Reference sta�ndards cited in this Specif'ication refer to the current reference standard published at the time af the iatest revision date logged at the end of this Specificatian, unless a date is speci�cally c�ted. �. Texas Manual on Uniform Traffic Cantrol Devices (TMUI'GD). 3. Item 502, Barricades, 5igns, and Traffc Handling o�the Texas Department of Transportation, Standard Specifc'tcations for Construction and Maintenance of Highways, Sfxeets, andBridges. 24 1.4 ADNIIIV�STRATIVE REQTTIREMFi�TTS 25 26 27 28 29 A. General 1. Contractor shall mir�itx�ize lane clasures and impact to vehicularlpedestrian traffc. B. Coordinatian 1. Contact Traffic Services Division (SI7-392-7738) a minimum of 48 hours prior to implementit�g Traffic Co.ntrolwithin S00 feet of atraffic signal.. 30 G. Sequencing 31 1. Any devjations to the Traffic Control Plan inc luded in the Drawings must be f�rst 3� apprraved by the Ciry and design Engineer before implementation. 33 1.5 SUBM[TTALS 34 A. Provide the Cirty with a current list of quaJified f�aggers be�ore beginning flagging 3S act'rvities. Use only flaggers on ihe quai�'ied list. 36 B. Obtain a Street Use Permit from the TPW Department's. Transportation Division. The 37 Traffic Con.tro� Plan (TCP) for the Pra3ect shall be as detailed on the Traffic Cantrol 3g P1an Detail sheets ofthe Dravvix�g set. A capy ofthis Traffic ControlPlan shallbe 3g subzriitted with the Street Use Permit. 40 C. Traffic Cantrol Plas�s shail be signed and sealed by a licensed Texas Professionaj 41 Engir�eer. C1TY OF FQRT WORTfi Comanche Trai] - HIZOM STAND11ItD CONSTRUCTIOIV SPECIFiCATZL�1� DOC[JIVlENTS 143396 Revised March 22, 2021 34 71 13 -4 T'I2AFFiC COAITROL page 4 af 6 2.3 AGCFSSORiF.� [NOT LTSID] 2 2.4 SOURCE QUALTTY CONTROL [NOT USED] 3 PART 3 - EXECU'1�ON 4 3.1 EXAMINA'TION [NOT USID] 5 3.2 PREPARATION 6 A. Protection of In-Place Condi�ians � 1. Protect exisiing traf'fic signal equipment. 8 3.3 INSTALLATiON 9 1Q 11 12 13 14 15 1� 17 18 , ��. 19 20 21 22 23 24 25 26 27 ZS 29 A. Follow the Traffic Control l'lan (TCP) anci install Traffic Control De�ices as shown on the Drawings and as directed. B. Install Traffc Control Devices straight and pl�atnb. C. � Do not ma�e changes to the locatian of any device or jmpiement any ather changes ta the Traffic Control Plan without the approval of tlie Engineer. 1. Minor adjustments to meet �ield canstructability and �%isibility are allowed. Maintain Traific Control Devices by tak�g carrective action as soon as possible. 1. Corrective actian includes but is not limited ta cleaning, r�placing, straightening, covering, or removing Devices. 2. Maintain the Devices suclz th�t they are properly positioned, spaced, aud legible, and that retroreflective eharacteristics meet rec�uirements during darkness andrain. E. If the Inspector disca�ers that the Contrac#nr has failed to cotnply wiih applicabEe federa] a�ad state laws (by failing to furnish the necessary flagmen, warning devices, barricades, lights, signs, or other precautionary me�s�ues far the protection ofpersons or property}, tl�e Inspector may order such additinnal precautionary meas i.u'es be taken to proiect persons and property. F. Subject ta th� approval of the Inspector, portions af this Project, which ar� not a�ected by or in conflict with the proposed method oi ha.adling traff'ic or utility adjustmetrts, ean be c onstr�cted during any phas e. G. Barricades an.d s igns shall be placed in s�ch a manner as �o not interfere with the sight distance of drivers entering the highway frorn driveways or side streets. 30 H. To facilitat�e shifting, barricades and signs used in lane clasUres or traffic staging may 31 �e erect�d and mounted on portable supports. 32 1.. The suppnrt design is subject to the approva� ofthe Engiz�eer. 33 34 35 36 I. Lar�e closures sha.11be in accardancervith the approved Traffic ControlPlans. J. If at any time the existing traff'ic signals become inoperabie as a result of construction op�rations, the Contractar shall provide portahle stop signs with 2 orange flags, as approved by ihe Engineer, to be used for Traffic Control. CITY QF rORT WOR'i'EI STANDARD CONSTRUC'I'ION SPECIF'IC�.TION DOCUNIENTS Revised Mazch 22, 2021 Comanehe Trail - HROM • 103396 34 7k 13 -6 TRAFFIC CONTROL Page 6 of 6 C1TY OF Ft712T WORTH Coznanche Trail - HROM � STANiIARD CQNSTRUCTIQirI SPECIFICATTON DOCUMENTS 103396 ftevised Mazch 22, 2021 �C-4.�� A��iXa�b�� �f �Lands '�I�[�S l�.A.�]E ]L�EF�' �1�T']�]E��'IOl�AT�LX l�l�.�l� CITY OF FClRT �ORTH Contanche Trail - HROM STAN�ARD C�NSTRUCTION SPECiFICATION DOCUMENTS 10339b Revised ]aly 1, 2a11 �� ����� ���� � ��������� — __ . � ������� s`�" 20' DRAINAG�C �AS�MENT O.DOb9 A�CR�S (299 Square �eet) ��ING a tract of land, situated in Jose Maria Basques Survey, Absiract No. 85, City of Lake Worth, l'arrant County, Texas, and being a portion of Lot 3-R, 81ock 33 of fihe replat showing Evia & Willys Rayl Park of Lot 30-R, Block 15, Lo� 19-8, B{ock 33 pnd Lot 3-R, Block 33,1ndian Oaks Addition, an addition to the City of Lake Worfih, jarrant County, Texas, recorded in Cabinet B, Page 3605, of fihe Plat Records of Tarrant County, �exas (P.R.T.C.T.j, and being more parfiicularly described by metes and bounds as follows; COMME[dCING at a found Y2" iron rod with red cap stamped "RPLS 1983" {controlling monument� at th� norfhwest corner of said Lot 3-R, same point being the intersection of the south right of way line of Comanche Trail �variab{e width right of way, record informafiion not found) and the east right of way line of Puebla Trail (50' right of way) as shown on the final plat of Indian Oaks Addi#ion, an addifiion fio the City of Lc�ke Worth, as recorded in Map 204-A, Page 177 (P.R.T.C.T.j� TH�NC�, departing the east right of way line of said Pueblo 7rail and along the south right of way line of Comanc�e Tra�l N 89°38'25" E, a distance of 214.30 fee# fia the POINT O� �E�INNING; iH�NCE, N 89°38`25" E a distance of 22.05 feet to the common lot carner of said l.ots 3- � and ] 9-B from which a faund 5/8" iron rod with yellow cap (illegibl�) bears N 24°13'44" �, a distance of 0.33 fieet; TH�NCE, depariing the sauth right-of-way fine ofi Comanche Trc�il, alang if�e east line of said Lofi 3-R, S 35°04'S2" W, a distance af 24.55 f�et from v+�hich a found '/�" iron rod, at tY�� soufiheast corner of said Lot 3-R bears S 35°04'S2" W, a distanee of 213.15 feefi; i�3EIVC�, over and across said Lot 3-R the following beprings and distances; 5 89°38'25" W distance of 7.82 feet; N QO°21'35" W distance of 20.00 feefi, to the POINT O� ��GINh11�IG, and GON�AINING 0.0069 of an Acre or 299 5quare �eet of land mor� or less, and being described in accordance wifih a survey rrmade an ground and accompanied by an exhibit or survey map prepared underjob number 70140-a0 by Pape Dawson Engineers, Inc. Transportatfon � VJatei'Resaufces � LandDevelopment � Surveying � Environmental �� — — _ � tetephone: 214�420-8494 address; 5810 TENNYSbN PARKWAY, 5UI7E a23 PLANb, Tli 75Q24 websate: PARE-GAW50N.COM Dallas � SanAntortla � Austin � Houston � Fort Worth "fexas Fnglneerrng Firm Ii470 Texas Surveyrng Flrm �JI019439f1 �age 2 of 4 E?�HI�I� "�„ �or Pape Dawson �ngineers, lnc. Marcos A. adrid Registered Professional Land Surveyar Texas Registration No. 67�4Q Firm Regisfiration No. 10194390 Pape Dawson �ngineers, Inc. �8j0 fennyson Parkway, Suite 425 Plano, Texas 75024 Tele. 214-42Q-8�494 Email: rrmmadrid@pape--dawson.cam Sur�ey Dc�te: May 27, 2021 Cert�fication Date: June 3, 2021 I ,��'Q� 'y�s �� � � �MARC�S�A.�� ..`''p�..�740 ��� � U R' MADFi1l� OQ ���� p��■yp�����! � ��V d ����� Pag� 4 of �4 www.fr.eese.com TO: FROM: SUBJECT: pRor��T. DATE: QC: Justin Oswaid, P.E., C�M; Matt Gigfio, �.I.T., CFM Micah Hargra�e, P.E. Geotechnical Data Memorandum HROM 7400 Cornanche 7rail (Site iD 25) [F71201fi8] December Z2, 2020 Mike Shiflett, P.�. �`���\�11 a�c,�'����' d F � T�+��+ I .� �t .•' • • �S � �� ��: • �� � ......................:... � � M1CAH L. HARGRAVE / � .:..................�..� �� � : 1157�7 ' �� l�+a� � <�c�� S�O�� ��C,�� � � � s�� •..... E�aG$� sz/zz/zozo 4�t�a�t�.` A� � � . FREESE AND NICHOlS, I C. TEXAS REGISTERED ENGINEER]NG FlRivl F-2144 fNTRODUCTION This memorandum contains the resuits of the field subsurFace exploration and VaSoratory testing performed for the Comanthe Trail site (Site ID 2S) as part of the Hazardous Road Overtopping Mitigatian Program (HROM) program for the City of Fort Worth. This Geatechnical Qata Memorandum is intended to document the explora#ion and laboraiory test data collected. Site ID 25 is located at 74d0 Cornanche `frail between Marina 5treet and Malaga Drive in northwest Fort WortM on the east side vf Lake Warth as shown on the project �icinity exhibit included within Attacl�ment 1. The site indudes an existing 48-inch diameter RCP to eonvey flow along tf�e creek channel at the road crossing. Variaus design alternati�es are being considered ta address flooding that vccurs and overtops the street during high flow events. The purpose of the geotechnical exploration and testing pe�-formed was to tallect data to h�lp determine the anticipated subsurface conditions and extents of the visible rock outcrops within the vicinity of the existing channel crossing for use in evaluating design alternativ�s. The site is locateti near the geologic contact of twa formatians: (1) Goodland Limestone and Walnut Clay, undivided and (2j Terrace deposits. Terrace deposits are �ariable and ty�icalky contain sand, silt, clay, and gra�els 9n �arious proportions. Expansi�e sails and shallow limestone are typically encountered within the Goodland Limestone and Walnui Clay, undivided, Outcrops af the shallow limestone can be observed along the channel hoth upstream and downstream of Camanche Trail. The limestone can be argillaceous (clayey) and commonly contains clay beds and bioclasts (skeletal fassils of marine and iand organisms). �IELD EXPI,ORATION Five (5) geotechnica� borings were planned; hawe�er, one [1j �ocation (�-02) was amitteci due to potential conflicts and uncertainty with the locat9on of an existing undergraund gas pipeline within the vicinity. The horings were drilled on Novem6er 11, 202�, by Texpior using a CMf� SS truck-mounted drilling rig. The boring locations are shown on the boring location exhibit includeci within Attachment 1, The locations of the borings were callected utilizing a handheld GPS device. Cround s�rFace ele�ations correspondingto the boring locations were de#ermined utilizing the handheld GP5 coordinates and survey data for the project. The locations and elevations si�oulci be considered appraximate and accura#e only to tf�e degree implied by #he techniques us�d. Traffic controi was utilized for boring� B-Oi and B-06 dri{led within the roadway along Comanche 7rail. The remaining borings were drilled within City ROW outside of the roadway. The borings were drilled fo terminatian depths ranging from 25 to 30 feet below existing grade. Continuous-flight auger (CFAj and a doubl�-tuhe rock care barrel were used to advance the borings. Relatively undisturbed samples of cohesi�e sails were collected us9ng the drilling rig to push a seamless, steel tube sampler into the soil {based upon ASTM D1587). The depths at which these samples were collected are indicated on the boring logs. After a 2711 N. Haskell Avenue, 5uite 3300 • Dallas, Texas 75204 � 214-217-z200 • FAX 214-27.7-22�5 Geotechnical �ata Memorandum � HROM 7a0Q ComancheTrail (5ite ID) December 2Z, 2D2D Page 3 of 3 ��` 1 ~,���-:.� , . �.9.8 to 223.8 tons per square foot (tsf), and unit weights �aried from 137 to 160 pounds per cubic foot {pcf}. The range of values in compressive strength and unit w�ight are a result of the clayey and shaly bedding layers observed within the limestone, with the lower strength and unit weight �alues corresponding to seamsJlayers with a higher percentage of the clayey/shaly matrix. The limestone is expected to pro�ide a good bearing surFace for potential drainage structures, such as cul�erts or con-span type structures. Softer/weaker seams may require remo+ral or protecfiionjco�ering in some manner if expased at the b�aring elevation. The limestone can generally be excavated with traditional excavation equipment but will require more effort compared with typical overburden soils and will likely require more aggressive rock-tooth excavation buckets or equipment. Item 3 ��xposure and Weathering Weathering of the limestone decreased with increasing depth, as noted on the boring iogs. The lirraestorte is argillaceous and includes clayey/shaly bedding layers. The clayey/shaly beds and argil{aceous nature of the limestone can result in weathering when expased. Overall, the limestone mass is r�sistant to erosion and weathering, but the argillaceous bedding layers will weather when ex}�osed, althflugh, the rate of weathering is unknawn. -�ND Of M�MORANDUM- ATTACHM EN75 1. Vicinity and Soring Log Location Map (2 pages) 2. Bnring Logs and Bnring Log Legend and iVomenclature (8 pages) 3. Rock Core Photographs (5 pages) 4. Laboratory Test Results (20 pages) Projett No. FT320158 � - . .� { . ` - � --� �.�, CIT`Y �OF �ORT VU'ORTH �_, �-- � . ���-�.,� . � r , t;; 4 y� ��, � ti �i . I HROM PROJECT DEVELOPMENT '� �'_"_�'��' .�.��. PROJECT VICINI'I'Y � � -��'��$��-.�_,_ ,,✓ � ,. .. � �.� �`',. �'���, I, � #� ���'��}�'I'EI�- �.�� � �- �, ����5� ,�,�.._.,,. ����IIrCI�B�CS ��'~ - --.� - � � � `. � r,..,,� � . - � � ' � i ' � • �1; . �f � � . . , �� k � - � � + � - - }, f� �� ���` '� � � � ��; .,� ;;.� ���� � �'�'•• � _ � , ��s—' }- , *��' . r " F3 �, k� f '�'�r� ��, 1���` -�-���' +�1 , :.i r_ __ �r � .* — �� .. f . .". j 1 I i' � � — � r��'•;` � �, � , . .. � l � � .....� �— � � — ' �? s �: ;' — � I i , :� ' � �_ _��_ :, �� �` �� — .4 � . Y f ��i ,/�,'# 1 F� � �••� / �Y`r, '{ � . � rWTn:rin� �.'rwwlr �� . ;�nw - F`�f '�• }= — d7ncor��nir� �.-� �,_ �:,'.��'��� ,- -- � - '� � � , ] - -- I f— . � t r`" �i ' I ,� . ' �_� �l f t,+� �I..� .. � . . . '� } �'4 - - � �, '�� � {��i� � ' _ I �5.. � . , � � ,99 ��-�r r 1_. � . .. L��ces�d� •�.� � � �_k �.. _ _.,_�_�_,_,� � �'•i,� ' S f{ � �if/- I 4 �7"-1 r '� r.ra ' „.� 5� k� � +'` 11 _— I'''� i I I 7 E' . . � � - � �-.: •.�. , ' `. � � � �--� � �'�F ��; � .. ;��� ' � _.s��. •�4- .- -, ��a .. �;,- _�- ;. .�+� - _ � �� e�[Y-1 1 ¢r�� � � �.� ��(� VIIO!`tI7 - ��:`` � � ��- �� lii , x' �4�:�.� 5 .� �, � �. . ���� � � � � I �I _ � ` � . � I ["�"� , , '� � �� � � — ' � �r r�:. �9�1 � -- _ � P � � ,.�a � � . �.�,i�f� �.t��ti�' �+'�{{)�-��7 � � � -�� �� y — '. . Y � •� 3: - . � " . ,�' ` - , � � . . Pro�eci �.ocafiion , � � � � � ; ; � ` � � . �a�sorri Park �,;,.., �� � _ � � . � ' � � � � -:;''�'' � � i i i y�,_ � � . �}� tss � '. . - - �.. ,� ;�� � . , -. � I+ � �_'� _ y� '.I'} �, .�.� �� — �� ' {I ' , . �� — ��;f�.�ClCifl .. �k . . . . � { �-�', � � . .' ��'y„ i .�-5 � ���{ �� ' ;�;�� i : �� � _k � � �, � � - � � _ , �, � _ ,�� }., �� -- - �.�. +- ���� �� i —a � ��� � � . � �' ��. �' � -�� �� �� _� � � � : W, �- , ��� ��� � �� I=�� _ � �. � _, � �� - - i , : , 4.,i� � ��' � � ,-�.. � x � '� '— i- � �r � �� �i� � , � +^I�� , `+ - '— ' l� + � �'� �i �.��1 1-i�V�f i.i€i�<S , . _ k �; . , � — ��--� }, _ � , �. �. ���- � �� _ � ��-� _ -; � � �� �� � �. �} �.. _.� � i -�- - � -� �_ 11 f �.., �' , � y� � ,�:, � � � ti' . I� 1 _� _ � y" �4.! f � _ •��� � - �'�k 4.' _ r � . 7 ' . � ,.�,�� �. -,...�. _+-'.J. I �_ �.i.�r� i �7 +•�� } �� �.,' � _ i,� � �'�CrT�r '�I'� VV��L� ��`Lk��`���L � ' ^I 'i .f'.I �' . '�r. }� �1}' J I I�����. I — ; I � � i ��'� � ��'`��t+l u r� � ! , � ' � ti1d� `'`� f � I � — � . .1 ' I+V�stv�.+orkh 1li���ge I �`� ``� .�l � ' �;� ,,,� �I��I-- r.} 4-��� . � ; ''.��, -.� �_ � � �.- i_�_ � � 0 x � Q00 I?�; �J� � - �` L .! I � I �. t � 1 �� ; � _ f. `.���-- � t. I _ �����F-:' � � � �—�..� — �.��'� f ! � �� �� ; � v . . . � .�' , � � ..�_.i_ , j,�� � � . . �� � I � ti � . � . -. - �---, '.�r.�",'�� ,� . ._��...,._ �C:AJ—� Crl FF�T � . � . . . . I �� . � j.. _. U�le�t�v�r 1-� i lls � ., Geotechnical Data M�morandum � MftOM 7400 Comanche Trail (Site IDj ����=}��`� j-� � .� i !. _ 1 � � �� i �, ����;-� � �... , ATTACHMENl' 2 Baring Logs and Soring Lag Legend and Nomenclature �"'������� �o� o� goR��c �o. �-oa � ������� Project Description: HROM: 740Q Comanche Trai! (5ite Id 25} Project Location: Fort Worth, Texas Date �rilling5tarted: 11./11�2020 Lpgged By: A. Brewer �rilling Ca.: Texpior o# Dallas, lnc. Rig Type: CM E 55 Hammer Type: Automatic Latitude: 32.$Q7724 Longitude: -97.446�15 SAMPLE x � wa� � � � a � � a W �W� � MATERIAL b�SCRIPTION O � 7 � v�i 0 o � m z�o a � Mr Praject No.: FT120168 Phase No.: 0011 Oate []rilling Compfeted: lx/11/2fl20 Dril1 Method: CKA & NX Core �[evation: 615.5 ft. "- d� o` o. X u' 7 w z z 7 ~ ~ [� v' � � $ � u, � z �J � z y W Nin � :� y aF � O 0 3 a a u �- g c� F � r�N 5 � " ow a a a � z a o �z � � � z� � � 3 � a � �n �4.�_� dense, moist, very fine-grained sand, srr Z �14f . with silt, fine gravel s�r-a sa�s.00�� LIM�STONE,weathered,light yellow-brown, hard, chalky/marly, with so/1" some shell fragments TCP 50/0.5q" 5 LiMESTORfE, slightly weathered to unweathered, gray, hard, fossiliferous (abundant oyster shell fragments}, bioclastic, paorly to moderately temented io—I c-1 sslss LlMESTONE, unweafhered, gray, hard, laminated ta moderately hedded vuith irregular, argillaceaus, limestane fragments surraunded by a soft to brittle, dark gray, clayey to shaly matrix with very thin to thin, darlc gray clayey/shaly beds throughout, with shell fragments and zones of hioturba#ion is snln.zs�• rcP sa/o.�s" 20 G2 79 46 so/o.zs" �� Tcr sq/o.zs.� -very soft at J.6.3 feet -very soft from 16.9 to 18.5 feet -l�ioclastic, with a6undant shell fragments, structure appearsto remain clastic with irregular limestone fragments and dark gray clayey/shaly matrix Total haring depth 25,d 7 i �35j37j17�20 8 I 137 5 I 149 5 l 147 6a.e � z.s 6 1.5 fi01 �i.s i 1.7 596 GROUND WATER OBS�RVATIONS o 5 contihuous fitght augsrs; 5-25' - rock mre. No seepage o6served MP.ASU.RE11�1�TT _ At TimO Of D1Ylllf7 At End of ]7rill' _ After Brillin prior to rock coriag opeYaiions. 9oring hackfilled With cement- bentanite grout upon completion. Ground elevations were a6tained pA�, from availa6le topographic survey data utilized fof the proJett. DEpTH (ft.bgs.) NOTES Nane NlA _ NIA The stratification lines represent approximaie strata boundarfes. In situ, the transition may be gradual.These logs are subjed to the IimitaEivns, canclusions, and recommendations In the associa#ed report. Sheet 1 of 1 ������ LOG OF BORING fVO. 8-06 ��������� Prajeck Description: HRQM; 74Q0 Comanche Trail (Site ID 25} Project Locatian; Fort Worth, Texas Praject No.: FT12Q168 Uate EIrilling Started: 11/11/2020 Phase No.: 0011 Logged By: A. Brewer Rrilling Co.: Texplor bf Dallas, Inc. Date Drilling Completed: 11/17./2020 Rig Type: CME 55 Hammer Type: Autamatic Dril! Method: CFA & NX Care Latitude: 32.8fl7751 longitude: -97.445721 Ele�atian: 612.8 ft. SAMPLE � a x j �„ w Z 2 W f- � A �n � a � � r`�- 1'" 3� $ F o z� � � ? �_ � a Z �, �. z W,� �, �, � a� a o � W � W� F �� g MATERIAL DESCRIPTI�N � 3 a o �"��� � a a a O a. Fw w O y Y n.N a � n �w Q C w �y vi d � 2 �+�+ a � o aoa o a a o a°z � a � Z� � w m r�� � 3 z � r� � u-i 4S+ (P) 6o LEAN CLAY {CL) with sand, brown, very stiff, moist, fine-grained sand, with silt, 5�_z ia-1a13 fine gravel, and trace Iron oxide nodules l0 72 3s 3s 17 R23� -with fine limestone gra�ei and iron oxide s�r-3 ia- nadules below 2 feet so/s.�s,. �o�z�� LIMESTONE, weaChered, light 3.5J6093 TCP so�a.�s^ yellow-brown, hard, some shell 5 fragments, ma�ly/Chalky 5 145 19.8 1.4 608 LIMESTONE, slightly weathered to sslaoza unweathered, gray, hard, fossiliferaus (�bundant oyster shell fragments}, biocfastic, paarlyto maderately cemented 10 G1 87 76 5 150 52. 1.9 6�� LIMESTONE, unweathered, gray, hard, lo.s�eo�.o laminated to moderately bsdded w9th irregular, argi{laceous,l9mestone fragments surraunded by a soft to brittle, dark gray, clayey to shaly matrix, with very thin to thin dark gray clayey/shaly beds thraughout, with shell fragments �5 5v/oso^ and zones of bioturbation 4 151 33.8 1.6 598 TCP 50/015" -bioclastic, with abwndant shell �p Gx 91 Sa fragments, structure appeal'S t0 Cemain 5 144 31.1 1.8 �93 clastic with irregular limestone fragments and a darft gray clayey to shaly matrix belaw 19.2 feet zS Tca so%o.zs•' Total boring depth 25.0 ft. Ssa GROLIR'D WATER OBSERVATIOI�'S Remarks: p-5' - contin4ous f3ight augers; 5-25' - rock core. No seepage ol�served IVfE.ASCTREMENT _ At Tift]B Of Drilli� _ At End of Drillin _ Atter Drilliti prior ta rack coring aparaNans. Boring backfilled wiih cament- 6entonite grout upon completion. Ground elevatlons were obtaihed DATE from availatle topographic survey data utlllzed for the project. DEP'IT� (#t.bgs.} N4TES Nnne A`!A NIA The stratlfcation lines cepresent approxlmate strata boundaries. In sltu, thetransiiion mayhegradual.These logsare su6ject tothe limttations, tonclusions, and recammendatians in ti�e associated repart. 5heet 1 of 1 Grade Very 5oft 5oft Hard Very Hard Extremely Hard Approx. Comp. Strength, tsf < 14 -100 1Q0 - 50d 500 -10�� 1�OQ - 2000 � 200d Description Unweathered Slightly Weathered Weathered Highly Weathered Decampased Description Laminated Very Thinly 6edded Thinly Bedded Moderately Bedded Thickly Bedded Very Thickly Bedded M as.sive Graphic Represented Soil 7ypes Ue��ee oF RC�IS LS�eaiN�ring. Criteria Na evidence of chemical ar meehanical alteratian Slight discoloration of surfate pr discpntinuities; < 10�o volume altered Discoloring evident; 10 to 50% of volume alterad �ntire mass discolored; afteration fhrough majorit7� af rock Rock reduced to soil consistency with some rock-Ilke texture Roik sed�fngstrue�ure � - Criteria � 3/S inch 3/8-1 inch iinch--4inehes 4 inchas-1 foot 1 foot---3 feet �-10 feet > 1Q feet Sail Cahrrnn Gr7�H3c 5+�rnF�n15� Graphic Represented Soil Types /!/� � ��Illll Fat Clay, Faf Clay withsand, Sandy Fat Clay Lean Clay, Lean Clay with sand, 5andy Lean Clay, Silty Clay Inorganlc 5ilt and Organic Siit Clayey Sand, C1ay-Sand Mixtures :iilty 5ands, Sand-SiIY Mixtures Graphic J Represented Rock Types t �' � . �`� � If�.. �+� �a Weli-Graded Sand or PooCly-Graded Sand; fittla to no fines Clayey Gravel, Gravel-Sand�lay Mixiures Si�ty Gravel, Gravel-Sand-Silt Misctures WEI6Graded Gta�el ar Poorly-Graded Gravel; little to no fines Fill with Significant Glehris or oeleterious Materfal {�4C�S COlunnn Gf�.tpt1�C S+�fFI�.}0�5�. Graphic Represented Rock Types Limestone, Shaly/Mariy Limestone, Limestone with Shale � � Sha1e, Shale with Lirnestone Mudstone L�ORI�lG ��� �EGEf�D �►f�D NAMEI�C�AYl1R� {�atk HartJners oes�ripEurs Apprax. Field Test TCP Range >6" Can be peeled with pocket knife, crumbles under firm bfows of geological hammer 4" - 6" Can be peeled with pocket knife with difficulty, indented byfirm blows of geo{ogical hammer 1" - 5" Canno# be peeled with pocket knife, can be fractured by single firm hlow of hammer 0" - 2" 5p.ecimen requires more than one blow of geological hammerto fracture it p" 5pecimen requires many blows of geological hammer to fratture ifi � ! �I Marl, Marl with Limestane, Marl with Shale Sandstone, Sha]y Sandstone, Sandstone with Shale Generic eedrock Symhol * Com6ined graphics may be used for dual tlassficaHons. Not a!I graphics represented, Refer to Itthology description for soll classification or rock type. ������ CnpyrSght Freese and Nlchok, Inc., Verslan 1.4 (Septem6er 8, 2414j �����;q�� Page � af 2 �� , i 0 ;� 5 � � ;i �� - , i ;��.�� �� ��l . '���. � i r I 1. ��' � � �.*� �4 _ 1 I � i� � � ! � � r�� r �,I1 I , ' i�yr� : ' � ', f . . � M ' _ . i, x. � �� � . .1`i � � � �S i'4�„ i �� ' � : . : �� � � •'' �' '� -�+`1yF e jt 'L � {' {`�•� II . ��, ��'*` .. .,•��;_ �I ;-,-- � � �.� , i i � V w � � - �'� � [, `' `?�,�� � ���;�� }� j l k�,Y . � �.; �� . � * . _' ' S � .. � l:-rl'�~='�' _. _ ` , . L: E , � �,: ., I � .' , : +�'�. ' �,��i _ . �� y'�;� � t`1 �I�.'�f { {.� _ .- -+�,rry, i�� �; I -� : I � .' � I =Y �,1 4� ,4 ' . . .I . , ,� ..�a ..� : � � . y# � . , I � * t~ � �i . F+��., �i f. �Y,' � � R�"�„'.�'� . . ���„� ,�� �. . ,�� ' ".� _'�.� -:r, ,�,� [ =�i ' 1 i� I I� � � �� , . �ti5j� I � ' S 4 . . -,, E �-`-���; �_.. :���; �L= �� . �:;.:1 �N Fy +i` � �_�� ; �� ��� ' i , � �, . . �; 5 . . : Lti� `�* � _rs .�� I y' 't.' �� e X.' ' �� { "J4�[r{ �.-� `�' --�';%�` , .. `�Ari•r I { L ¢ _� h } I i � [ � ': _ � ��+�'4 L ,� I ��5` �� F/7 ' ` . �'� �'� r I� `' f � � � � � � � � �z� m y� � � 0. A � Q � � z � a=. r-! d' Oj Q Q L'1d � � � � � � a � � z a w � � � 8 � � x � d � � pe 'r' � � � � LL � Q � U I ��� I i� �� ' � 5� � Il� !1� .'4 �� a ..'F� � �� � ~~I I � I �� � o � ��� � ���. � � a� .�� Z ' � ?3 .4 � �� �� � �I � O � Y 1 N � ry � a� �� � � � � � , �� �Q , Wz .�� � ., o . O . ' � . , � a N� � ' *. �',.� � Q w .. � l—'J G F- � a w � W u o n _ �, ��r � i ! I�� I, � I � � �' . , � ' '''. 5 ` I � i . ��i I L, rr� f � r :' �, - . \� i� i �:k I � .t�. � � • �; � ; i � � 'y'T�, I {, � � , .I � -I f i � �■ �� I I' � I ' '' `� _ i ��� I I' }� �' ��' ' 1 "1 • ' �I �!� � � W � � . _ ........................._..._._.._.. i .. �k' �}►,*+ ; �'c�,'w 'i� �--`Y,�I i � � � 4 �: i �� I �r ' - r j i a � � � � .� � I I _ �F„t � � � cn � � 3 � �Z m y� � C a C � � a 8 � z � a � Q � C? r@- � o m � � r � a F � Z � � � � � a Q _ � a � � a `� � � o � LL ..p LL b �y L U �� � ��� � 6 1Li�i n o � a z � w °C � ? � N F � O t�n � N Y C � N � '"1 0. w � � � U � � w O p C7 z N n 0 .c a rv� O a W ~ � O' � o�. . � � � Z � 4 � u - o � � in .� �1 ' �� � I � � � � � � � � � ,i � �; " �, . ��� ��,�- _� � ,1 � � � �� "�,' .r;l� � ,,� � ��.�-.i �. ',:,, � ���, i '�� ��1 ,.� i k F� �x:'I .I I � ��t:t.. . �.. � , + .1�.. . � ..�__ �.•. 0 r� � � � M e � � 0 3 F., `-' Z J m � a �a o Q, a O � � x F � � d ¢ i�] � CO O � a � �� xZ � d a� �� � � � � � � a � iL `� 3 � �O o � �_ a � u � � �3 �� � � z n �� � � � � �o � �� �� �o .�-� ° o � N r N � 0. � � � [O U � r j O p � z w 0 N Q t d N� O w � � � o o � w z '.J o m S�f�(In]�a�Y �F L/���F�YORY RESU�i� PAGE 1 OF 1 PROlECT NAME HRONi; 74�0 CorrEanche Trail Siie iD 25 PROJECE NUMBER FT120168 PRO]ECT PHA5E Op11 PROI�CT LOCATION Fort Worth Texas TESTING PERFOMED BY; Gorrondona and Assotiates Unit % Passing Uncanfined Oepth, Water D Liquid Plastic Plasticity Strain at 8orehole ry iVR. 2a0 Limit Limit fndex �ompressive Failure, °i5 ft Content, % Weight 5ieve 5trengfih, tsf ib/ft 8-01 6.5 3.3 151.7 232°7 2•3 B-01 14,0 5.7 149.0 120.4 2 B-Q1 16.4 2.4 158.1 217.5 1..4 B-p1 21.0 4.4 157.5 39.6 1.4 B-p3 1.0 5.f 4]. 27 13 14 B-Q3 6.0 6.5 142.9 70.1 1.4 B-03 �.�4.5 7.4 143.Z SQ.6 �.,7 B-03 18.5 6.3 141.5 22•� �.•3 B-03 21.0 6.8 143.3 Z� z•4 B-04 1.0 6.6 35 37 17 20 B-04 6.0 8.1 7.36.6 64.6 2.5 B-04 14.5 5.1 149.2 37.6 1.6 B-04 21.0 5.$ 1�7.fl 3�.9 1.7 8-05 6S 5.4 143.9 52.9 1.4 8-05 14.5 2.8 159.7 2z3.8 �..8 8-05 17.Q 8.5 140.7 34.7 3..8 8-05 24.D 5.fl 148.0 92.3 2.6 g-p6 �.a 9.9 72 35 18 17 8-06 4.9 5.5 145.0 19.8 1.4 � B-06 10.0 4.9 J.49.8 1b2.8 1.9 �� 8-06 7.4.9 4.� 15d.9 33.8 1.6 N 8-06 20A 5.4 144.0 31.1 1.8 � F � � � � � 0 � z 0 r d � O � � � w m� O w l7 � H � ni 0 0 N m �-1 M rl O t�f � ❑ Y U O � � w � � QC CC C � m � LJNC�C�FIN�� ��I�PR���I�� i��i 2�� 15C � � � w � � � 7 10( .� � � Q. � 0 U 51 Axial Strain, % 5ample Na. lJnconfined strength, tsf _ Undrai�ted shear strengih, tsf Failura strain, % Strain rate, %Imin. Water cantent, % Wet density, pcf ___ _ Dry densit , pcfi _ Saturation, °�/o Void ratio Specimen diameter, in. Specimen height, in. __ Heightldiameter ratio Description: �.L = FL � project Na: FT12D168 Date 5ampled: lI/1ll2020 Remarks: Figure PI = 1 120.4039 6o.z�2a 2.0 o.sn 5.7 I 57.�4 149.0 N/A N/A 1.99 �.04 2.01 G5= Client: Freese & Nichols, Ine. Type: Rock Core Rroject: Commanche Trail Location: B-41 Sample Number: C-1 Depth: (13.0-15.�) ft. UNCONFINED COMPRESSIDN 7EST Gorrondona & Associates, Inc. Tested 8y: NM Checked By: 58 ���������� �s��' �������� ���� � � � vi � � N u! � .N a� � a � 0 U Axial Strain, % Sam 1e No. Unconfned strength, �sf Undrainad shear str�ngth, tsf Failure strain, % Strain rate, °ior�,m. Water content, % Wet density, pcf _ _ pry densiky, pcf Saturation, % Void ratio Specimen diameter, in. Specimen height, in. Heiahtldiameter ratio Description: l.L = PL = Proj�ct I�o.: �'T1201B8 pate 5ampled: 11/11/2Q20 Remarks: Figare QI � 1 39.6215 19.8107 1.4 0.50 4.4 164.4 157.5 N/A _ N/A 1.9h 4.13 2.13 GS= Client: Freese & Nichols, Inc. Type: Rock Core ProjeGt: Commanche Trail Lacation: B-01 5ample Number: C-2 13epth: (2Q.0-22.1) ft. UIVCONFINEb COMPRESSI�N 7�ST Garrondona & Assaciates, Inc. 'CesFed By: NM _ Checked �y: SS ��co��in��� ��nn���ssio� ���� so �45 � N � � y � +-� � � 3d .N � a � � U � c Axial Strain, % Sample No. Unconfined strength, tsf Undrained shear strengi �ailure strain, % Strain rate, %Imin. � Water content. % tsf PI = 1 50.5&59 25.2929 1.i 0.50 7.4 153.7 143.2 N/A IV/A I .97 4.01 2.04 Wet density, pcf Dry densify, pcf _ Saturation, % Vaid ratio Specim�n diamater, in._ Specimen he9ght, in. Heightldiameter rafio Descriptian: LL� PL= Project No.: FT12o168 bate Sampl�d. Illl 1/2020 Remarks: Figure � G5= Type: Rock Care Clienf. Freese & NichoEs, Inc. Project: Commanche Trail Location: 5-03 5ample Numl�er. C-2 Depth; (14.0-15.a) ft• UNCONFINED COMPRESSION 7�ST Gorrondona & Associates, Inc, Tested By: NM Checked By: SS un�c������� ��nn�����ion� �r��� �o [cI+ � � � vi � +. � � 21 .� N W Q � O U � Axial Strain, % Sample Na. Unconfined strength, tsf Undrainec! shear strength, tsf Failure strain, °/a Strain rate, °lolmin. Water content, % Wet density, pcf _ Dry density, pcf Saturation, % Void ra#io Specimen diameter, in. Specimen height, in. Heightldiameter ratio Description: LL. = PL � Pr�ject Na.: FTI2D168 Date Samp�ed: 11/11/2020 Remarks: Figure PI = 1 19.9749 4.9874 2.�4 0.50 6.8 l 52.9 143.3 NIA N/A 2.OD 4.OQ 2.00 � G5= Client: �`rees� & Nchols, In�. Frojeci: Commanche Trail Rock Core L.ocation: B-03 5am�le Numher. C-3 Depth: (20.4-22.0) ft. UNCONFIN�C7 COMPRESSION TEST Gorrondana & Associates, Inc. F{ouston. Texas Tested By: NM Check�ed By: 55 ��c���i��� �v������io� -r��� 40 30 � � � ui � � f!a � 20 .y � � Q. � O U 1C [ Axial 5train, % Sample No. Unconfined stren � U�drained sE�ear s Failure strain, % Strain rate, %Imin. Water content, % Wet density, pcf Dry densit , pcf 5aturatian, °/fl Void ratio tsf iSf PI = 1 37.5786 1$,7893 1.6 o.5a 5.1 155.7 1�48.1 NIA N/A 1.99 4.02 2.02 Specimen diameker, in. _ Specimen height, ir�, Hei ht/diameter ratio Descript9on: LL = PL = Project No.: FT120168 Date Sampled: 11/11/202a Rematks: Figure � G5= Client: Freese & Nichols, Inc. project: Commanche Traii Rock Core Location: B-04 Sampfe Number: C-1 Depth: {14.0-15.0} fl. UNCONFINEb COMPRESSION TEST Gorrondona & Associakes, lnc, Houston. Texas Tested By: NM ChecEced By: l.iN�ONFIN�� C��P�ESSION ���� � � � � � � � � � � .� � � � � 0 U Axiaf Strain, % Sample Na. Uncanfined strength, ksf Undrain�d shear strength, tsf Faifure strain, % Skrain rate, %/min. Water content, % Wet density, pcf Dry density, pcf 5aturation, % Void ratia Spacimen diameter, in. Specimen height, ir�. Heightldiameter ratia Description: LL = PL = Project No.: FT1201b8 Date Sampied: 11/11/202Q Remarks: Figure PI = 1 52.9307 2f .4653 1.4 Q.50 5.4 151.6 143.9 N/A N/A 2.Q0 4.04 2.02 GS� Client: Freese & Nichols, Inc. Project: Commanehe Trail Rock Core LocaEion: B-05 Sample Number: G1 Depth: (7.0-8.0) ft. UNC4NFIN�D COMPRESSION TEST Gorrondona & Associates, Inc. Hauston. Texas Tested By: NM Checket� By: SS UN��1��Ih��� �O�fi�R�SSI�N T��i � N w � � �--� � Q1 7 .� ta � a � 0 U Axial 5train, % Sample No. Unconfined strength, tsf Undrained shear strengl Failure strain, % Strain rate, %Imin. Water cantent, % Wet density, pcf ❑ry densit , pcf Saturation, °fo Voic{ ratio , tsf PI � 1 34.752b I7.3763 1.8 �.50 8.6 152.8 140.7 N/A N/A 1.49 4.34 2.18 Specimen diameter, in. S ecimen �eight, in. Meiahtldiameter ratio Descriptiun: LL = PL = P�ojec# No.: FT12D168 Date Sampled: 11/11/2026 Remarks: � GS= CIlent: Freese & Nichols, Tnc. Pro�ect: Commanche Trail Rock Core Locatio�: B-OS Sample Number: C-2 Depth: (16.0-18.� ft. UNCONFIN�D COMPR�SSI4N 7EST Gorrondona & Associates, Inc. Figure Tested By: NM Checked By: SS ��con���n��� co�n�����i�� Y�s�° 4( 3� � � � u� � a� � � 2i .� w � n � � U E Axial Strain, % Sample No. Uncnnfined strength, tsf Undrained shear strengt�, tsf Failure strain, % Strain rate, %Imin. Water coniant, % Wet density, pcf Dry density, pcf Saturatian, °/a Void ratio � 5pecimen diameter, in. Specimen height, in. _ Hei htldiameter ratio ❑escription: LL � F'L = Praject Na.: FT120168 Date 5ampled; l 1/ll/2020 Remarks: Figure Pi = 1 19.8402 9.920 3 1.4 0.5.0 S.5 152.9 145.0 N/A NIA 1.97 4.�9 2.08 G5= Client: Freese & Nickols, Inc. Pr'oject: Commanche Traii RQck Core Location: B-05 Sample Number: C-1 Depth: (5.0-7.0) ft. UNCONFINED COMPRESSION TEST Gorrondor�a & Associates, Inc. Hauston. Texas Tested By: NM Ch�ciced By: SS U[���NFIN�� C��11�'��SSI�I� ��Si � � ,� � � � � � � .� � � � a � a U Axial 5train, % 5am le No. Unconfined strength, tsf Undrained shear strengt Failure strain, °fo Strain rate, °/almin. Water content, °!o Wet densitv. �cf � , tsf PI = 1 33.7?76 16.$885 1.G 0.5fl 4.Q 157.a 15�.9 NIA NIA 2.00 3.90 1.95 Dry dansity, pcf 5aturat�an, % Void ratia Specimen diameter, in. 5pecimen height, in. Heightldiameter ratia bescription: LL = F'L = Project Na.: FT120168 Date Sampled: 111ll12020 Remarks: Fi1D Ratio is less than 2.0 �igure � GS= Client: Fre.ese & Nichols, Inc. : Rock Core P►'ojeCt: Catnmanche Trail Locatian: 8-06 5am le Number: C-2 De th: 17.0-19.0 ft. UNCONFINED COMPR�SSION TEST Gorrondona & Associates, Inc. Tested By: NM Checked By: SS _ � - - �, � 1�" �� � —ii' �', - � l �� � , � Febr�ary 22, 2Q22 Mr. Randy Haney, P.E, CFM, PMP �enior Pr�ject Manager Pape�Dawso� Engineers, Inc. 5814 Tertnyson Parkway, Suite �425 P1ano, TX 7aD24 Phone: 2� 4-420-8494 E-mail: RHaney@pape-dawson.com Re: Geatechnical Recommendations New Culvert Constriactian Comanehe Trail Fort Worth, Texas AGG Proposal No. DE22-�30 Mr. Haney, GEOTECHIVICAL ENGI NE�RIIVG ENVIR04VMENTAL CDNSULTING CONSTRUCTI�N MATERiAL5 ENGINEEHING AND T�STING C�NSTRiJC710N INSPECTION Alfiance Geotechnical Group, Inc. (AGG) is pleased to pro�ida geatechnical recommendations for the const�-uc#ion of new culverts ben�ath Comanche Traif, According to curr�nt plans, two (2) side-by-side arch cul�erts will be constructed where the exisfing creek crosses beneath Camanche Tra'iI betw�en the intersections with Marina Dri�e and Malaga Drive in Fort Worth, Texas. Th� proposed arch cul�erks will cansist of 32 fieet by 8 feet Conspans and will be faunded ai elevations ranging from 603 to 604 feet �1'f to 16 feet below existing roadway grades. We understand fihat t�e bottom of the culverts wil! consist flf concrete or nati�e rock. A Geotechnical Data Memorandum dated December 22, 2020 ���eloped f�y �reese and NicF�ols perFarmed at the subject area was provided to AGG. The fiefd inves�igation cons�s#ed af driifing fi�e (5) test borings in order to develop the Geotechnica! Daia Memarandum. Th�s Geatechnical Data Memorandum was used by AGG to provic�e the recommendations in this letter report. Shallow Footin s Based upon tha results of the G�oiechnical Data Memorandum and the proposed founding elevations (elevatians ranging firom 603 �0 604 feet} of the proposed culverts, �ery hard gray slightly weathered to unweathered Gmestone will �e encountered at �he base af cut. Shallow footings founcled in vary hard campetent limestone may be usec� ta supporE the proposed cul�erts. "'�,� �allas m Ft. Wo�th e Frisco o Long�iew o Hunts�ille o Dayton 3228 Halifax Skreet, Dallas, Texas 752�47 �� Tef:972-444-5&89 o Fax:972-444-8893 a www.aggengr.com ���� ���������� �� ��i� Praposal #or Paverrrent Analyses Comanche Trail F'ort Worth, Texas AGG Proposal Nfl. P21-�6�6� Page 3 purnping shflu{ci be anticipated to 4�e r�quired to provide graundwater control. The design of the actual dewatering system requireci is the eontractor's responsibility. The fallawing guidelines are presented to aicf in the c�e�elopment of the exca�ation plans: @ Surface areas behine3 the cresi of the exca�ations should be graded so that surFace water does not pond within 15 feet of the cr�st, nor drain into the excavation. o Heavy material stackpiles should not be piaced near the crest of slopes per OSHA requirements. Similarly, heavy consfiruction equipment should not pass over or be parked within 5 f�et of i�e crest. � The crest of slopes should be aantinually monitored for e�idence of mo�ement or potential problems. Freestandir�g slopes w�ll become less sfable when influenced by groundwater or saturation by rain. � Identify other so�rces that might affect trench stability. o]dentify undergraund utilities prior to the start of exca�ation. • Inspect trench exca�atians prior to the stark of each work shift by qualifiscf �ersonr�el. � Continuously monitor trench excavations by quafified �aersonnel during constructian. • Immec{iate{y inspect trench exca�ations following a rain event or other water in�rusion by qualifiecf personnel. � Inspect trench exc�vations by quaiifisd persannel when changing sai{ cor�ditions ara encounter�d or after any occurrence that could have affec�ed trench stabiiity. � Backfillin of Cul�erts The backfill material against the b�low grade wafls should cansist of hauled-in low PI select fill ancElor crushed and compacted on-site limestone. The �ackfiil materia[ should be compacted in 6 ta 8 inch benched lifts to l�etwe�n 98 and 102 percent of the ma�mum density as determined by ASTM D 698. TF�e bacicfilling should proceed on both sides of the culverts simultaneously in ord�r to minimize lateral forces that could occur if unle�eled filling o�c�rs. O�er-compaction should not be allow�d. Th� hauleef-in law PI s�lect fill shauld consist of low P[ select fill having a liquid limit of I�ss than 35 and a Pj of 5 to 14 and should be campacted between -2% and �+2% of the sail's optimum moisture content. The on-site limestone used as fial shauld be free of clay and adequately c�ushed to where individua! roc[c fragments ha�e a diameter ofi less than �4 inches. The limeston� materiaEs shouid be R�COlV���N��� S�OP� RAYIOS (�'OR �XCAVAilOP1S OF� 2i� ���i OR ��SS IN OV�R�UR9�N SOILS AN9 �l��,7H���� R�CK) S�ari Term Lc�i�y I�rm Unr'fir �i hoUl�j {o4Hr B hnars; r O$HA SO�L f RD�4'C H V H U.. Tr�� --- — - - C E�cisting fill materials, granuiar soils, and soft cfay soils �_,/2 � 2 1 (hand penetrometer of a.5 to 0.9 tsfl C Submerged soils andlar fractureci rocic (weathered �_3/z 1 2 1 limes#one) from which wate� is seeping * B 7an weathered limestone and fractured gray limesiane 1 1 1 1 (water seepage not occurring)"�` Comp�tent unweat�ered and unfractured gray lim�stone as � � 0 � uerified by AGG and qua�ified trench safety ins}�ectar **�` � N I-1 ��} .�v V� 1 � �` 1n accardance wifih the best interpretation of DSHA regulations, suE�merged soil is defined as water bearing granular sails, fissured clay soils, or fractured rock (fan fractured weathered limestone, or firactured gray limestone} from which gro�ndwater is seeping. ** �f lype C materials are encountered below Type B materials, the averlying Ty}�e B soils �hould be slo�ed back in accordance �ivith requirements for Type C materials. **�` Any unshared uertical cut in unweathered and unfractureci limestane must be checked for harizonial fractures and must be monitored closely for signs of a�y laieral movement caused by �ertical or near vertical fractures that may not be detec#ed c�uring �isuaf inspection along t�ench sidewalls. 1n�estigations should be performed to deterrrtiine the need and required lengths af sail nails to prevent rock wedge failures. Otherwise, the gray unweathered limesto�� shauld be slaped bacic similar to tan weathered limestflne as a safeguard. N�TE: Recommended slope ratios may be su�ject to reduced stability under #he influe�ce of groundwater or saturation �y rain. Recommended sla�ae ratios are designed for safety onfy of temporary exca�ations and are na� ciesigned �o prevent limited sloughing during construction. Geotechnical Data Memorandum { HROM 7400 Comanche Trail (Site 1bj becember 22, 2D20 Page 2 of 3 � ��E� tube was recovered, the sample was extruded in the fisld, examined and loggad. The sample was th�n sealed in a plastic bag to reduce moisture {oss and piaced in a cardi�oard box fortransportation to the laboratory fartes#ing, Additionai samples were coflected by driving a splii-spoon sampler in co�}unetion with the 5tandarci Penetration Test (5PT). This technique invol�es driving the spoon sampler a distance 9nta t�e sail using a#ree-falling hammer (based upon ASTM D1586). The number of blows required to drive the sampler o�er three successi�e 6-inch increments is recorded. The first 6 inche5 is the "seating drive," while the nurr�ber of blows required to dri�e the samplerthe lastfwo 6-inch increments is the "penetration" in 61ows perfoafi. The TxDOT Texas Cone Penetration (TCP} test was also perForrr��d within the �orehales during drilling. The TCP tests were perfarmed at �arious intervals thraughout the borings, and the results are preseRteci on tf�e looring logs a� the correspflnding depth where the test was perForm�d. O�servations af seepage and groundwater were made during the drilling process prior to the use of drilling fluid required for rock eoring. Seepage/groundwater was not obser�ed within any of the borings prior to rock coring operations. Water ke�els wit�in borings subsequent to drilling were not recorded as thes� measurer�►ents wauld be a result of the drilling fluicf used for coring and not representative of the acival groundwater level. At the completion �f drilling, each �oring was backfilled with cement-laentonite grout. Within �orings B-Q1 and B-06, the existing pa�ement surface was patched subsequent to backfilling. A log of each boring is included wifihin Attachment Z, along with a key to the symbols and terms used on the logs. The logs indicate the material types, depths, and other detaifs encauntered for each boring. Soil and/or rock descriptions pr�sented upon the boring logs resulted from a cambination of fieid and lahoratory test data. Stratigraphy lines carrespand to the approximate boundary between strata; however, the in situ subsurface transit9on can be, and is often, gradual. Photos of rock core samples were taken during drilling and are inciuded within Attachrr►ent 3 for reference. LABORATORY TESTiNG �aboratory tests were perfarmed on representative samples collected with the barings. Testing included classificatian tests [Atterberg limits and percent passing a No. 200 sieve] on o�erburcien soils and unconfined compressf�e strength testing on rock core samples, The resufts of these tests are presented at the corresponding depth on each boring log, indiviclual tesi reports (as appropriatej, and the 5ummary af Laboratory R�sults. The labaratory data �s included within Attachment 4. GENERAL DISCUSSION AND C�NSIDERATIONS ihe information discussed within this section is g�neral in �ature and does not address all consideratians for the design of impro�ements at this site. Detailed recommendations will be required to address design alternati�es once those alternati�es have been developed. The informatian presented within this section is an[y intended to address some considerations that should be taken inta account when evaluating c�esign alternatives. The following list provides a summary of the central points resulting from t1�e exploratian and laboratory iesting perFarmed: Item � � Shallow Rock The visible rock outcrop at this site consists of argillaceous, 6ioclastic limestone. Ap borings encountered limestone of the Goodland �imestone and Walnut Clay, undivided formation at reka#ively shallow depths, approximately 1 to 3 fe�t below existing ground surface. The limestone extended to the termination depth of each I�oring and varied in degree af weathering with depih (less weathering with greater depth}. Bedding layers within the limestone cansisted af a clayey and shaly matrix. Item 2 � Hard Rock with Safter Seams/Layers The limestone was ger�eraily hard, with soft�r/weaker zones throughout corr�sponding to the clayey and shaly bedding planes. Unconfined compressive strength tests performed on samples of the fimestone resulted in a ra�ge Praject No. FT12Q168 Geotechnical �ata Memor�ndum � HROM 7400 Corrmanche Trail {Site II]) - i �������� .l�r �l�l�'�. AT�ACHMENT 1 Vicinity Map and Baring Location Map s .r }�. ��. '.�x : iVame l.atitude Longitude .,+.,'� ��`� ' , ��� `� � "��* .� `. �,F�,� : �' B-03 32.807844 -97./#45�24 • ��r��. _ � � � > �,'� ,* � ' �a�F,�� �'��, ,- � � ' �;�-'�'i1;. 8-01 32.847831 -97,4�F5833 , , ,+,►� • , ¢ ,�� - 'i �8-05 32.807$63 -97.445673 �� � �"��� 1�''..�i.._ ,�`"'k�-h �- ,,,�_ � r • � 'r- � i '�f r5 .���* 1 �/�' +ti�,"' I ' �i a-�2 32.g�%�%S 'g�.44rJ8�71 _� �_ � � � f �4 _ � * � "� � fi �� � ' '�3-05 32.807751 -97.445721 � . : �,� ';.�� - '+,�': �, . * +T. .4" o"-!J4 32.807724 -97.446015 '.' "� "- - ' .' ` ` T_ . - il. {� ' Ik *�l � '1��r5��1s4 4 1 � � s n B-02 was nat drilled ' �� �`.� 'R � � , �'� # � � � � Nate: Bari g � ,#.�,.;�� ' �i '�rF- , � ,� - �:�... � i 'i� due to potential conflicts with r�� r� �� �� � ,�;, _�, _ ' ,�� � ;, i , �' � � � a �� �, ' ����� �'�.1 . existing undergraund uti1ities. •q � i ' � ��"i''���� ' +� - � . { 'y-li . . i`� � � � �,��� 1", . � +r* � s Fy i�'. . i .5 _ . / F�• � y � �y �� �,� ' . . � I Y' / } ,5 , � � 'ti +�"��e�� � '�� , �,y j�.'�j-" �. �� �` � �� ��' `i '^� . �' ..�5 � ��. a .i - �h' c r � �� -� 1." * �"r�l L � 4: ".5�. . 'Y�l.j ; � F� ;��k 1' ,_ . -�� 4 F " � } • _yAJ rF�i ��� a �..1���;{� �i'� ��• w . ' ��� f ` �` �* +Yt^,F ` ��.•iTMi, � � Fy, _ _ �.ar'1. � w'� �;r. - �.� • -�� 5��'� �1� � ��I � r1 �� { ;�]. -� 4 , , , '"� �.+ �� �+� + ' k� , { *• J i 5�*f���{ Y J T.Ti'�� rf��r�� � ��, + � 4 �i.'. •'h�: �*. � '# � �� l 4 � y�' '� 4r � +�L u4 . � -. � 5'r rf+.4 y 'T'S ,� ' .I�—J' Y � {�_ 5 1 `,*��.�� ��: ��-�, '�.� ;�y I`��. ���. ��'1� 1 *` �F � -�� - � �� � r . F 5�5M1 k � � .� ��+*`,rt �1�, Y � � A ~ + i � � ' � �+i,' '�_��'",�r ` ' � �' .ti��,- { . �� � � � . � �.. - '� � ��� .d`.;} 'i 3�� _ , -1# � ,���i .I _ "� +�. ' r �`a� 4 . � . ' ���,y�5�' � 'k� � /r� . . . ��+-���y_ � +��' /'��.�.•yY.��,� � * . �k�5�.f� �� I - �I�F��,� � , i _� � •T '# � ��� ' �• � �/�q � i��� 5 { � '�I +�y� ,rJ �'�i� ' �r—. na'!.{il �� . - � � '+� I. Zf � � k'`� - },'rS �� .� j: f�� � . � ry � I ei �`=�� *�,�,-ti �'��� �:s.n��". -�- , -�y� w�.--������i.�?.���.�l,�,r.�{ � , . � � �' . . �-�;:.��,i►ri.x�"''`�� ��1}�� � � �'+};'l� _ �:-_�„�{i . � �:�`''�. ` d ° ' � � ; � l _ , �, � f_ �� '�are. r .. . _ , -" �� s , � � , ,{� , `" :�Y; r�l'�, `+�� yti1�F��' ��'.�,�I ��8��� �of!(��..-�.-� �a� y �`'� . '►+ � � j3a�J4� .. '���� �.5I � ���!�'-. � '� �hhhj� �'� � �� �T Y4 �1� �� ��� �f. } ' r � " f �. "' ; -y,� K �� / �I'�" F_;• _.i f .r_ }4 f " ~� I+ � ly�•-� �F� �'I -- " ;�� I�lr r !'f ' �� 4,��-. +1'4 " .}�5�i�� +. �-' � ��•k - =5"f�-"_ :� �� ' { '' � �' f . � � S __ � t` f � I � � � � �y�t�'ff��'yy r��' + 1 � `r �� �f . �'=���t� L, ��r�� � , .. +�•,� � � .. �. 1� �#ff � .� "J: �If a�' - � i y.� . � 5 • �Y�1.4 _ 'K�J�=�_ �� f�� � ' � r ^ l y . a� �1,�5r 34 ` �i. �I' �1�r 'F���y��5� � '�,•'•. � �� • • J �. �._ .k � r � r� ti� � '� r' �LL"t ti i� � y I - i . ,y, �,F��` 1 � �i•� � 3� '' t ,', ' y . �J�' ' a "� ��f +'�� � � �.��f� � r ��. '`h�'' +��.�'1 �� i� �� �' '�, �; , {��- � j i ` . L�. + f. �,- + l .� ' w�„ ,, x • y T • 5 4 I. x_� .,� T .] *�' ` y �. , . �' � � Y �ri 1�� � ,e ����� . �, i '� y � r r�-�4 h�,. � �i " ,�-. _,� J�4 ���� r�ti �� 'F7� �'-?'. 7 �y7 "¢r� F� � . �. +�� �� � } :� �� . a • � 4 � - 'I� ,�� ' ' �} ..�" 'F h , .�� `�i"". � ' i � J�s 4 .L�.� � ` ' . � ' :.y . st' ".�; f . -h ...d� ? + , �f �+. � �rt . . r � y$� . ,.r #�i'1 . '' ��k� - i ' �j � �r ' - �`i' ' � ' F 'R - , s� yt�k � { � , _' A �'��.�` ' � �',��' i_ ��f�� ' �#�� ' �',� �ti� �a F.� �7 6�yr + � _ ��� I� �� 4` �.Yr ':I��. �I�•�.1�.�'�� � �_�. ' .' ' ��4�{_ .�-y' +:���" ' +� *�` - . w* r�ri� ' ���.- 'T aj �i#�,•. _ a.k'� �E _':r:�^,. '{►0 + tiF � '��� � � � ". . � ����� - � ����� � ��,�; .f� �:��-�� . CITY OF F4RT �IV�RTH �.� � ���� �� �.,: . ��t��� � �' ���'.� . .���. �" ' � ` ��' � r �, • ��,�j���� -� " HRONf PROJECT DEVEUOPMENT � 1} � r j' I���S} }�.ai� �IiS� � ti *�•�; , �4} I . 1y�� c�,� ��.+ �l'� ��y� ,y� "��+ ��i.��+!-�l� � - I k�+����� ��.T � I' '.' a� . !4;y., . �'�4• ���" ' � • _ -� Baring Locatian .{� v�� . w,.FC� �,� � �� -� '�1t . - R . . t� ��� �. �,� . ry ����y�`i �', ' } � �''�k��` ���TH„ �7!{j h ; x r�� - .� T . � � ' #�i��r, A � � ��!`�*�; �� ������,� (!aJ }� �.r�r[- ' •� r,ly � � � '•�`'t. ,r �� ������ LOG �� BORING 1V0. 8-01 Project Descriptian: HROM: 7AOD Comanche Trail (Site ID 25) Prajett Location: Fort Worth, Texas Date E7rifling Started: 11/11/2020 Logged By: A. Brewer prilling Co.: Texplor ofi Dallas, Inc. RigType: CME55 HammerType: Automatic l.atikude: 32.807$31 Langitude: -97,445833 SAMPLE �.' H W y� o� 0 a 0. a �� W W o � MA7EFilAL D�SCRIPTION W � � � z � o. ,,, a � O z�a � a ,� F o u� 5v/2.5o�� � 4.5+ (Pj I 7a � snla.sa" sofo.so^ l0 c-i 15 50/1.5" TCP 50/i15" 7(1 C-2 5a/a.25" sa/o.xs° C3 Iv[FASUREIvI�NT DATE I7EPTH (ft.b�s.) ConCrete Pavement (9 Incnes) SAN�Y I.EAN CLAY (CLj, I�rown, very stiff, moist, fine- to coarse-sand, well graded, with some fine gravel LIMESTONE, weathered, light yeliaw-6rown, hard, wlth shell fragments, chalky/marly tINfESTQNE, slightly weathered to unweathered, gray, hard, fossiliferous (a�undar�# oyster sheh fragments), 6ioclastic, poorlyto m4derately cemented I.IM�STONE, unweathered, gray, F�ard, laminated to modera#ely bedded with irregular, argillaceaus limestone 66 5i fragments af various sizes, surrounded 6y a soft ta brittie, dark gray, clayey ta shaly matrix witM very thin to thin dark gray cfayey/shaly beds throughout, with shell fragments and zones of bioturbation Project No.: FT7.20168 Phase No.: 0011 Date Urilling Completed: 11/11/2020 Drill Methad: CFA & NX Care Elevation: 6.13.0 ft. � � x � � 1-� F tu � F � i�/1f � a $ yZy � � W '� � Z W y ..=i z � � �� J u } a�-�- LL Q V �'T Q F �--� � aN � UI V aW a a r1 � z a � �� � S z� � w 3 � � � � 3 I 152 fi I 149 2 I 1S$ 96 �� -bioclastic with abundant shell fragments, structure ap�ears ta remain clastic with irregular limestone fragments and a dark gray clay to shaly matrix below 19.5 feet �y p -poor eore recovery from 25 to 30 feet, likely washed out due to alternating beds of biocfastic limestone and very soft clayey/shaly layers below 27 feet Total baring depth 30.0 ft, G�dUND WA'r�R OBSEI2'VATI�DNS r�n,,,P n�Fn��l�ing At End of Drillin� AfterDrilling 4 1 158 608 603 588 Remarks: 0-5' -contlnuaus flight augers; 5-30' - roek core. No seepage observed prior to rock coring operations.7he boring was drllEed wlthln the �padway along Comanche Trei] through the existing pavement surface. Boring backFilled wlth cement-bantonite grout and pavement surface patched upon completian. Grouhd ele�aYions were o6tatned frortl aVallable to{�agraphic survey data utilized for [he pro3ect. 23 2 7..4 39.6 � 1.4 l�iOTE5 None NIA � _ N1A The stratification lir�es represent approximate strata boundaries. In situ, the transitlon may t�e gradual.These iags are subject to the limitations, eoncluslons, and recommendations in the associated report. 5heet 1 af 1 � �����°� �OG DF BORIIVG N0. B-03 �������� Praject Descriptian: HROM: 740Q Gomanche Trail (Site ID 25) Project Locatian: Fort Worth, Texas Project No.. FT120J.68 Date Drilling Started: 11J11/2d20 Phase No.: 4011 Logged By: A. Brewer Drilling Co.: Texplar of Dallas, Inc. Date Drilling Carnpleted: 11/il/2020 Rig Type: CME 55 Hammer Type: AutorrTatic Aril1 Methad: CFA & NX Core Latitude; 32.807844 Langitude: -97.446024 Elevation: 613.2 ft. SAMPLE �e a � �W � W F W F F � ��j j � � � �� �e � � � ZW � � � �� a a � a a a�� ��e' � � MA7EItIAL DESCRIPTIOIV u� a N ��� o w a a Gi v �� Z � � cn W � Of �� � u r Z w 4 � Q �p.� ,p � Q p o`EZ � a ?�n a W �� m ��p � � � � a F F F � v7 u-i 4.5+{P� lao SqNDY LEAN CLAY (CL), brown, very stiff, 10-11- rnoist, fine- to coarse-sand, well graded� �-5/fi17.7 6 A1 2� 13 14 S�r-z 5o/s.00�� some fine gravel C�AYEY GRAVE{. (GCj, orange-brown, z�6i1.� medium dense, moist, with fine limestone gravel and orange staining so�a.zs^ LIMESTONE, weatherecl, light T�P sp�°•23° yellow-brown, hard, cF�a1[cy/marly, wlth g same she11 fragments 608 LIMEST�N�, slightly weathered ta s.a/6o�.a unweathered, gray, hard, fassiliferaus, ��43 7a.1 1.4 bioclastic, ak�undant shell fragments, c-� 83 72 fria6le sa 6os LIMESTONE, unweathered, gray, hard, xa.z�6oa.o laminated ta moderately beddeci with irregular, argillaceous limestone fragments surrounded hy a soft to brittle, t-z 70 52 dark gray, clayey#o shaly matrix with very thln to thin, dark gray Clayey/shaEy beds throughout, with shell fragments and zones af t7€otur6ation 7 143 50,6 1.7 15 50�0.25" 59$ TCP SO/0.25" � 6 142 22.7 3.3 20 G3 '89 65 593 -6iaclastic, with abundant shell 7 143 zo z.a fragments, s#ructure appears to remain claStic with irregular limestorre fragments and a dark gray clayey to shaly matrix qelow 20.5 feet 25 cr sojo.zs•' Total boring depth 25.0 ft. � GROUND WATER OBSERVATIONS Retnarks; 0-5' - mntihuous flight augers; Sd5' - rock core. No seapage a6ser�ved 11+1T:115T TREIVfENT _ At Time Of Dri�lin At �nd of I�rilliu _ AfteC Drillin prlar to racSt cor3ng operations. 9oring.6ackfllled with cement- bentonite grauE upon completion. Ground elevatlons ware adtained DA'j'$ from availa6le topographic survey data utlllzed foi tha project. DEk'1'Ei {ft.bg�.) 1VOTE5 Nnne N1A NIA 7he strat'rficatlan ]ines represent approximate strata boundaries. In situ, the transition may he graduaLThese logs are suqJect tu tite IlmRations, conclusions, and recommendations in the associated report. Sheet 1 of 1 ������ �OG �F BOR1RlG �30. B-U5 �������� Prajett description: HROM: 7�}�0 Comanche Trail (5ite ID 25) Praject Location: Fort Worth, Texas Project No.: FT1.20i68 Date Drilling Started: 11/11/2020 Phase Nn.: 0011 Lngged By: A. Brewer Drilling Ca.: 7explor of Dallas, Inc. Uaie Drilling Completed: 11/11/202d Rig Type: CIVIf� 55 Hammer Type: Automatic �rill Method: CFA & NX Core Latitude: 32.8�7863 Longitude: -47.445673 E{evaiion: 612.0 ft. SAMPLE 3� n °� w � 7� W �y � x �� ~ � z W" ? � '� i w a. � � p z ,�"„ N i.� j .� y � a '� a �a� o''r � 06 MATERIAL I]�SC�IPTION Q � 'a' � � " � ��Z i a 0. 0 0. W W II � V � d N � 0 W Q ? W p � " a�a o � � � i aeo � � u� z � o �ao�c w � Q r z� °' � z � u, m � � � � z a � e�i� � 5 A� �`�� ���' Asphalt Pavement {1 ineh} over Concrete os�si�s u-1 50/3.0��� 4•5+�p} ].00 (5 inthes) �/sn.o SANDY LEAN CIAY (CL}, 6rown, very stiff, mdist, fine- to coarse-grained sand, well graded, with fine gravel � LIMESTOiVE, weathered, light T�F 50�1,��• yellow-6rawn, hard, with shell fragments, so/a° chalky/marly �7 5 LlMESTONE, slightly weathered to s�eo7.o- unweathered, gray, hard, fassiliferous {abundant oy5ter she11 fragments), 5 144 5z9 1.4 qioclastic, poorlyta moderately o-i 85 34 cemented LIMESTONE, unweathered, gray, hard� 8.4/603.fi laminated to moderately bedded with �A sa�o.2s" irregular, argillaceous, limestone 6a2 TCP so/a�s" fragments surrounded by a saft to 6rittle, dark gray, clayey Co shaly I'natrix with verythin to thin, dark gray clayey/shaly 6eds throughout, with sheil fragmen#s c-x 69 2o and zanes of 6iotur6atio� 3 16a 23. S.8 15 561o.zs" 547 rcP so�a.zs'� 9 7 41 34.7 1.$ c-3 9fi 78 so/o.sa�� -bioclastic, with abundant shell 59� �� TCP so/o.zs�� fragments, structure appears to remain clastic with limestone fragrr►e�ts and dark gray clayey ta shaly matrix below 19.3 feet C-4 89 64 5 148 923 2.6 ZS Total boring depth 25.0 ft. 587 GROUNA W�iT�R OBSERVATIONS Remarks: 0-5' - continuaus flight augers; 5-25' - roek core. Na seepage ohscrved MEASURENIENT _,�1t Time Of Brillin At End pf Deillin After Drillui Prior ta rack coring vperations. The 6ar9ng was drllEed withfn the - roadwayalong ComanchaTrailthrough the existing pavement DATE surface. Boring 6ackfilled with cement-hentonite grout and pavement su�ace patcked upon completion. Ground alevations weee obtalned p�'j'g ��b�r .� from aaailahle tapographic survey data utili2ed for the projed. NDTBS Nane NIA Iv1A _ _ The stratrflcatian lines represent approximate strata 6oundaries. In situ, the transition may be gradual.These logs are suhJect to the limitations, conclusions, and re�nmmendations in the assnciated report. Sfieet 1 of 1 BORIIi�Ca LOCa ��C�1VD ,A(Vb IVQ�IY�Ci�C�AA�I�R� U — Undisturbed Sample (tuhe} A — Auger Sample CS —Con#inuaus 5ample C— Rock Core SPT Bkows Q--2 >2-4 >k-8 >Sw15 >15-3Q > 30 NT— Not Testahle NP — Non Plastic ATD —At 7ime of �rYlling AD — After Qrilling 6eqara! T�►�Tr6 Term Descriptian 61ow Counts Results from either the Standard Penetrafion Test �SPT] or the Texas Cone Penetration (TCP} test. Recovery Length of sample or core recovered divided by the total length pushed, driven, or cored (expressed as a�) Rock Quality �esignation (RQ�j Cumulative length af unfractured pieces of core material morethan 4 inches ln length di�ided by the total length of materlal cored (expressed as a pertentagej Description Very Soft Soft Nledium Stiff StifF Very Stiff Hard Comp. 5trength, tsf < p,25 z 0.25 — � 0.5 � 0.5 — < 1.4 ? 1.4 — c ?.0 >_2,4—<4.0 � 4.0 Description Very Loose Loase Medium Dense ❑ense Very Dense �rabreviatin�ss 5PT —Standard Penetration Test TCP—Texas Cone Penetrafion CFA — Contlnuous Fiight Auger H5A — Hallaw Stem Auger [unsistenqr of Cah�sf++� 5�11 TCP Blaws Criteria Y � 4-8 Samp�e sags under its own weight and is easily deformed > 8— 24 �asily pinched between fingers and remolded with light finger pressure N/ATar7xPOT I�mprinted easily with fingers and remolded with firm finger pressure >20 — 40 lmprinted with strong finger pressure nr indented easily with fingernail > 40to SO L.ight 9mprintfrom finger or light indentwith fingernail >8p Difficult to indent with fingernail �kp#�roi�t benslty a# Cahe�iani�ss Sail 5PT Blaw Count 4—�4 >4-10 �10-30 n �0 — 50 > �a Sa4Y Str�cture �escripYian Stratified Laminated Fissured 5lickensided Blocky Lensed Homogenous Criteria Alt2rnating layers of �arying material/eo[or with layers 21f4-inch thicfc Alternating layers of �arying material/colar with layers < 1/4-inch thick Brealcs along definite planes with little resistance Fracture planes appear polished or glossy; shaws movement direction Cahesive soil that wn 6e braken into small, angular lumps Inclusion of small pockeYs of soil that is different from dominate type Same colar and appearance throughaut � 11�q�stux� Cnndltion � �escript�on Criterla Dry Moist W et Absence of malsture, dusty, dryta the touch Damp hut no visii�le water Visible free water _� - — ; I 1'�xiurai �kd]ect�u�s ' texYuralltem Description Pit Pinhole slzed openings Vug 5mall op�nings up to 4 inches in size Cavity Opening larger than 4 Inches Honeycamb Numeraus and grouped pits and vugs Veslcle Small o.penings in volcanic rocks Texas Cane Blow Count 0�8 >8-2� � 2Q ta $0 SO ta z 5" 0" to < 5„ ������ Copyrlght Freese and Nlchols,lnc., Versfan lA (Septembe� 9, 2U�q� �,e Page 1 of 2 ,����.��� Geotechnical Data Memorandum � HROM 7400 Comanche Trail (Site ID) ������ � ..�1��� F_ ATTACHMENT 3 Rock Core Phatographs I� '+��yh1�! .:�_�. �'�' i �i ��. �� �. . ��-• #��-- . a •n+ti ��en� ���f ����� i , -�� � ��.� .w'j��4lA�i � �yr 7�ln ��`��`��x� . ' I�a�,',�,u.�.�A � i :�y ti ����� rf �; ��� : �V,����,` - ;./, ,��.�.�ti..� . .} . IM��5`i ��2 Y+_'". {F'�"�.K,U� � ,}47 Y.{�'�N'.. ��ir�° . , � v� a�7c� � �TF .. � s � ������ � �„ � �;.s ��� ��,., i��: ;:� � ��� � ���``y i 7r'r.+i.� �•,L•`� - �' {'. F a�,;.� � ;;..' ,��� ;�-, f:,'� 1=��:i _i } , �,:.'�«4V;.:� _ � r.- ,� ,''��:1 I � ir ;4" ��. • ������1 f -:�����n� � i, ; . ti� ., :�� �� ..;��,�� . � ,;�.,.., �`��t;�� I '�'�� ' ::; � � k'� ! �_ w`' � � € ti & �7 1 �,�T * �*L � � w .���;� I r ,' }��;;� { µ �: 'i��'��6 . 2 }42'';''' ` �-' , . ;,. 4<� � .. .{4��{, ,I �.�IJ ��-;.; ,� 1 ,�� ��4. i � ��w��+ � I ��#���`�:�' Y�r ��'�� I � ������' �! �•'�'' ' _ l!� r='�:�'-M�F�F'J.'. ' � y5tl�ji� �����,�i•':}�.'��� .�_�� i7'�J f ��r, :{. � 41��?+� � 'ii J:i�_'';�I k �Y�� ' � � � , � - f T.l�` •I � �lµr��.��. � r'n�`s� a � _,. i �tiq�`r����.'. I�'� i S►� � •�� � !. k� .� u �t��'-+� 1 ���.� � f�;,��,� '�;{� ,'�i .���`�+� i f�.'"'}� ���'Y�i � � ';,,l.' '' , ', �.�'},� +I� .ti�i.'i'x+�' � 'fia�� . sy 5 f' ' '.'a ` 5 �h� ,',�. ' � : ;`�ktir 7 �i� ..�;�'? :�' � ;-r,�.5 � ; ,�� � ����},�;;w r�. �'4����'�� �3ix����U�� ;�'1+� � ��a� ���,�.if+��r�;�� � , q1'.''�',�'t,+�Y�:y�j � � 4' i ��i;. -.Y.II I � I �' {l��'�ix�'�.{ I .���.��� �� ���, � f� ,{9it��r• ��5•�f"�.j, � �, {�;�'' 'I�L I I{ - 51... ; y1* � L wT� ~�l �'��h� r '� .�:. 4I ���+4�:_w+��}.+ I � i {y"1 ��-I „i.'��'��,,' �`� � 1 . ti. �!�.f�,�� ' � ��f'�+Fs: +':i � .'? '! • _ i �4 iI'' . �,+ F�ry#��'_� I �'�iw.1 ��'i I�j � ; -��{��� �a �}�y�� ��� k. .� � � .�rN :K q,��, i +�, j h � }���V}I ` t' f' h� 1�'' .' 4� 'ai+�� 1 � �' ; '-�� ,,+.'.'�� '�,• '.���i�'���s*I� {���y� � ,4 � „�i55� ;}r}�,.{t'.�jw��.y ,.. 1 '�'�� " '�F ��'S- F •�� i ' 4 i#� +��_i{��i�1���}+� I P'� W b � � n. � Y K 3 U ZJ m y,� � C o. � � � a � � a � 7 � O Q L!J U` m � 8 � � °G �z � a z�, J� � �� _� ¢� a � � � � O � LL � �} r U �� � �'�i� � �� a � 4 � �� F � z� � O � � C a° ao �n o Y � a�+ Np � N t N `i � W � a m o � � W o p C7 � a O �I � W F / U F � O � � 6 ,_.. � �a a •-4'�' �' - l t� ' � � ' SI ��y ' ''�I � ' 1I Y I � � V , - � �f . ' ri S��ill � {�yl i � I ., I . � � ��' - - .. . _.� i � ;.��� ' ��-'�a� i n. *:,t.-' � I _ ' �' � `�`- � i i h 'r,yti5 r *% .. i - � }t'. �' -'�F :�1 � , l: �� �:�� i - `� ; .i�ix .� I++'-'rh � �'�':.. ��<,"�i'-,-ti� I ,� � 1. :. : }; 4 S'� h ��{ij�_ • � —_ '}I/ ��-� _'� ,i ' _ _ �.�' „ , i.'.� l y _ . h�, `Y " H I'. - � _ w'. 4 - � �� I ' �`�� . -�i ,- . . ...w' ; } �' ' � - r: �• � ;_=, - ' {:1 - i � � - � ��� � � � r�-. � �i,. �;-. . - ' I - ,*•� - - � „+ � - - ;-��� � ' � ,'F�tir , �{, � `�;J{ � ����:I �� '� .'�#<� ;�.�1 r�� } _ _.: � . #. f �+�� - f� '�-1 -��:' � _ � :��.: • . . ,,, ti��..-_ _�, . �� F -{=;�.�,� � } � S+ h I _.��rt��y'.�.�i � . -';°',i ���-r.{ i,ti•s�•r' •������ �� ir> ` _y;:`�},r�'�� � � 4�1 � Y - � �- -����r', �]�+?�-r���'+.'. ��S-•�� � ,•Y'�-_���a :`xs%,4 � � � - � � , �, . - f� �' � I k �� I � � '� � I .- � � I � I � �� . . � -: ' _ .i ,- �, � � � � .� I - • -� � i - �rt _ � � �- � . � 5Y`• ' �' % _ I'� � .x" -.�i i '- 1�� � r l{ '. - .r�� '!'j {L 4 ��+! - 5 � � "t} � '_'I C � -"� _. i. � 1� }, " I � ,�' 4'ti- 4� � � i i ,� � � I .'�� � _' I _ � �'+ , �� I '}� ,i i � � , � '�_ : , � •��� �ri -_ I . i `,,;; i M T''+ : r . }�. �� ._ +'{�`��,,'�i '� � � � �� � - ti;:�'i S'~•�1 • - I � ' I;` � �� ' �= i '. t k"� �5. , ., ti . . '�:' _ ' '_ i . � � a � � �o � 0 �� m� � � 0. O �, Q � N �.T = � � � Q Q � � IJd �o ��, 0 oz a. � x z °' Q � J � � � � � K Q., 3 � � � LL g 0 � u �j � N �� � W V s �, �� o � z � `i¢cNw � �c ¢ � T' _� � �� 0 � � �s l�0 O f��[ Y � � � N � N '�"'� �- W � a aq o � u �„ O o � � a 0 � �I i O w L7 i G F a � w D � cc .. .a I�i � o a Geatechnical [7ata Memorandum � HROM 7400 Comanche Trail (5ite ID) � ����� ATTACHM�Ni �4 Laboratory 7est Results u��+oni��n��� ������ss��� ��s� zoa 154 4-. � i--� � � � � � 100 .N � � �. E 0 U 5C f Axial Strain, % 5ampl� No. Llncanfined strengt�, tsf Undrained shear strengfh, tsf Failure strain, % Strain rate, °,61min, Water content, % Wef densitu, ocf ...r w ..�.1, r.,. Saturation, °/a Void ratio Specimen diameter, in. _ Specimen height, in. Neighfldiameter ratio pescription: LL- PL.= Projec# No.: �'T12Q168 Date Sampled: llIl IJ2020 Remarks: Figur� PI = 1 132.1612 66.D8Q6 2.3 0.50 33 15G.8 151.7 N/A NIA 1.94 432 2.17 I G5= � Type: Rock Core Client; Freese 8& Nichols, Inc. PCo��Ct: Commanche Trail L,ocation: B-Oi Sam le Num6er: C-I De th: 5.0-5.0 ft. UNCONFINEQ COM�'R�SSION TEST Gorrondana & Associates, lnc. Tested By: NIUI Checked By: S5 UNC�NFIN�� C�M���SSI�f� i�SY � � � � � � � � � .� � � a � 0 U Axia! Strain, °/a Sample No. Unconfined streng#h, tsf Undrained shear strengtl Failure strain, % Strain rate, %Imin. Water cantent, % Wet density, cf Dry d�nsity, pcf _ Saturation, % Void ratia tsf PI = 1 217.5137 108.7569 1.4 Q.50 2.4 162.0 158.1 NIA NIA 2.02 4.06 2.01 Specimen diarneter, in. Specimen height, in. Heightldiameter ratio Description: LL= PL= Project iVo.: FT12D168 I]afe 5ampled: 11111/202U Remar�Cs: Figure � GS= Client: Freese & Nickrols, Inc. Type: Rock Core Pr'ojeCt: Commanche Trail Lacation: B-o1 Sam le Number: G2 De th: 15.0-17.0 ft. U�ICONFINED COMPRESSiON TEST Gorrondona & Associates, Inc. Tested By: NM 1�R�G��FlR��� ����R�SS10N i��T' �oo 75 v- N � N � � � 5� .� y � � � O U 2€ [ Axiaf Strain, % Sample No. Unconfined strength, tsf Undrained shear strength, ts� Failure strain, % Strain raie, %Imin. Water content, °1a Wet density, pcf ` Dry density, pcf _ 5afuration, % Void ratio 5pecimen diameter, in. _ Specimen height, in. Heighticfiamek�r ratio �escription: LL= Pl,= Project No.: FT120168 Date Sampled: l lll 1/2�2Q Remarks: Figure 1 70.1144 35.05.72 1.4 o.so 152.2 142.9 N/A N/A 2.Da 4.12 2.06 PI = G5= Cli�nt: Freesa & Nichols, Inc. F'roject: Corrunanche Trail Location; B-03 Type: Rock Core er: C-1 Depth: (5.0-7.0) ft. UNCONFIN�� COMPR�SSION T�ST Gorrondona & Associakes, Inc. 7ested By: NM _ Checked By: SS �J[���N�f��� �OR�I�F����10[� T�ST 40 30 � � vi y � � � � 20 N � i.. II. � O U �a c Axial 5train, % Sam le Nv. Unconfin�d strength, tsf Ur�drained shear strength, tsf �ailure strain, % 5train rate, %/min. Water confent, % Wet density, pcf ` p densit , pcf Saturatian, % Void ratio 5pecim�n diameter, in. _ Sp�cimen height, in. ._ Heigh�ldiarneter ratio Description: LL= PL= �roject No.: FT120168 Date Sampled: 11/11/2020 Remarics: �igure PI = 1 z�.�aas 11,35Q2 13 o.sa 6.� 150.4 1 �41.5 N/A N/A 1.99 4.01 2.02 � GS= Client. Freese & Nichols, Inc. Type: Rock Core Projec�. Commanche Trail Location: B-03 5ample Number: C-3 Depth: (17.0-20.6) ft. UNCONFINED COMPRESSION TEST Garrondana & Associakes, Inc. 7ested By; NM Checked By: 55 L1N��N�'lR��� C019dYP�E�SION ���i ,a� �: � � � � � � � � � 51 N N � Q � O U 2 AScial 5train, % Sample IVo. Unconfined strength, tsf Undrained shear strength, tsf Failure strain, % Strain rafe, %Imin. Water content, % Wet density, pcf bry density, pcf Saturation, % Void ratio Specimen diameter, in. Specimen height, in. _ Heightldiame#er ratio Descriptian: LL- PL� Project No.: FT120168 pate Sampied: 11111/202Q R�emarks: Figure PI = 1 b4,b064 32.3032 2.5 o.sa 8.1 147.7 136.6 NIA N/A 1.97 3.97 2.fl2 � GS= Client: Freese & Nichols, Inc. Pr'o�eCt: Cornmanche Trail Rock Gore l.ocation: B-�4 Sample Number: G1 Depth: (5.0-'7.D) ft. llNCON�'[NED COMPR.ESSION T�ST Gorrondona & Associates, Inc. Tested By: NM Checked By: 5S IJI�C�R�FI�I�� ��I�A�����I�I� i��i � � � N W � � � QI > .� � � Q. � O U Axia! 5train, % Sample No. Unconfined skrer�gth, tsf lJndrained shear sirengt �ailure strain, % Strain rak�, %lmin. Water eontent, % Wet density, pcf �ry density, pcf Saturation, % VQid ratio tsf PI = 1 31.8915 15.9458 1.7 0.5 0 5.8 i55.5 147.0 NIA N/A 1.99 3.9D 1.96 Specimen diameter, in. Specim�n height, in. HeighUdiameter ratio �escription: LL = RL � Project fVo.: FT120168 pate Sampled: 11/11/2020 Remarks: HID Ratio is less than 2.0 �igure I �$� Client: Preese &Nichals, Inc. Project: Commanche Trail : Rock Core Location: B-04 5am le Number: C-2 De th: 2a.0-22.0 ft. UNCONFIN�D COMPR�SSION 7�ST Gorrondona & Associates, Inc. 7ested By: NM Checl�ed By: UR�COfVFIN�� ��������ION TE�T 4ofl 3Q0 w-. w � ui � N � �--� il� � 200 .N � [l. � O U 10C [ Axial Strain, % Sample No. Unconfined strength, tsf Undrained shear strength, tsf Faifure strain, % Strain rate, %Jmin. Water content, % Wet density, pcf Qry density, pcf � 5aturation, % Void ratio Specimen diamet�r, in. ` S ecimen height, in. H�:iah�ldiameter ratio Description: LL = PL = Project No.: FT1201b8 Date Sampled: 1 I/l I/2020 Remarks: Figure PI = 1 zz3.s�si 111.9225 1.8 0.5Q 2.8 _ 164.1 159.7 NIA N/A z.oi 4,02 2.00 I ��= Client; Freese & Nichols, Inc. Project: Cnmmanche Trail Rock Care Location: B-OS Sample Nurnber: C-1 Depth: (14.D-15.0) ft. UNC.DNFIN�b COMRRESSlON TEST Gorrondona & Associates, Inc. Tested By: NM Checked By: S5 un��on��ar��� co�n���ss��n� ���� 1oa r� � � � � � � � y sc .� � � a � 0 U Fk f Axial Strain, % 5ample No. Unconfined strength, tsf lJndrained shear strength, tsf Failure strain, °10 5tra.in rate, %Imin, Water content, % Wet density, pcf Dry density, pcf _ � Saturation, % Void rafio Specimen diameter, in. ` 5pecimen hei ht, in. Ffeiahtldiameter ratio 1 92.2961 46.148Q 2.6 o.sa 5.� 155.4 148.0 N/A NIA Z,ao 3.95 1.98 Description: LL� PL� P1= Project No.: FT120168 Date Sampled: 11/11/2020 Remarks; HID Ratio is less than 2.0 Figure j GS= Client: Freese & Nichols, Inc, Project: Commanche Trail : Rock Care Location: B-OS 5ample Number: C-3 ❑epth. (23.0-25.0) ft. llNCOI�FINED C�M�RESS�ON 7�.57 Gorrondana & Associates, Inc. HouSton. Texas Tested By: NM _ Checked By: 55 �N��l��ll��� ������SSI�f� i��T 2�0 150 � � N N � L �� N j 1Q0 .N N cu L a E 0 U 50 C Sam le No. Unconfined strength, tsf Undrained shear strength, tsf Failure strain, % Strain raie, %Imin. Water content, % Wet density, pcf ` �ry density, pcf Saturatian, % Void ratio Specimen diamefier, in. Specimen height, in. _ Neigh�ldiameter rati❑ pescription: LL - PL. = PI = Project No.: FT12a158 Date Sampled: 11/11/202Q Remar�Cs: H/D Ratio is Iess than 2.0 Figure Axial Strain, % 1 162.7447 813973 I.9 0.50 4.9 15'�.2 149.8 N/A N/A a.aa 3.68 I .84 � GS� Client: Freese & Nichols, Inc. Project: Comrnanche Trail 7ype; Rack Core Location: 8-06 5ample Numher; Gl Depth: (10.Q-12.Q) ft. UNCONFINED COMPR�SSION TEST Gorrondona & Associates, 1nc. Houston. Texas Tested By: �[M Checked 6y; S5 UR�C�[�FI��� CO��R���I�I� T�Si 40 30 •�- N .,-. � � N � � � 20 .� � �. Ci. � O U 10 C Axial Strain, % Sample No, Llnconfinec� strength, tsf Undrain�d shear strength, tsf Faiiure strain, % Strain rate, %Imin. Water content, % W�t density, pcfi Dry density, pc# � Saturation, % Void ratio Specimen diameter, in. ` Specimen height, in. _ Heightldiameter ratio �escription: LL� F'L= Project No.; FT120168 Date Sampled: 11/11/2020 Remarks: Hlp Ratio is fess than 2.0 Figure 1 31.1127 15.5564 1.8 0.50 63 153.1 I A-�.0 N/A N/A 2.�Q 3.90 1.95 f�� � G5= Cllent: Freese & Nichols, Inc. 7ype: Rock �ore F'roject: Commanche Trail Location: B-06 Sample Number: C-2 bepth: (2i.0-23.0) ft. UNCOiVFIN�D COMPR�S510N TEST Gorrondona & Associates, Inc. Houston. Texas Tested By: NM Check�ed By: ����� ������ � ���� Comanche 7rail Proposed Raadway Reconstruction Fort Worth, Texas AG� Project Na. DE22-D30R1 Page 2 Hawever, approximately 95 li�ear feet o# the proposed recanstructed pa�emenf to t�e west anci ap�raximately 120 linear feet of the prapased reconstruct�d pavement to the easf of the proposed reconstructed reinforced concrete pavement to be construcied o�er the cul�e�t is proposed to be reconstructed ►nc�th asphalt pavement. In addition, approximately 55 linear feet of Marina Drive, stariing at the intersection of Comanche 7rail and heading south will be recor�structed with new asphalt pa�ement. 1.�1 SUB�RADE PR�PARATION I# is recornmeRded that provisions be made in the c4ntract dacuments to pro�ide for praafrolling after the existing pa�ements have been remov�ed and prior to adding fill, tF�e pa�ement subgrade should be proofrolled as direcied by AGG. Provfrolling can generally be accomplished using a h�avy (25 ton or greater total weight) pneuma#3c tired roller ma�Cing several passes over xhe pa�ernent areas. Wh�re soft, loose or compressible zones are encountered, these areas shauld ba remo�ed ta a firm subgrade. Wei or �ery moist su�Ficial materials will need to be undercut and �ither c�ried or replaced with proper catnpaction ar �'eplaced with a material which can be praper�y compacted. Any resulting �oid areas sF�ould be back�l{ed to finished subgrade in 8 inch campaci�d lifts campacted ta a minimum of 95% of ASTM D698 at -1 % to +2% above optimum moisture content. The upper eight (8) inches of subgrade soil should be compacted to a minimum of 98% Standard Proetor density (ASTM D 698). After praofrolling is perFormed and any soft, loose or compressible zones are removed and repfaced, scarify and compact upper 8 inches of subgrade tp a minimum of 95% of ASTM ❑fi98 as specified abo�e. Then fill to pa�ement subgrade (below bottom of flex base) using clay and sandy clay sails ha�ing a PI between 8 and 35. Compact ihe clay fill in 8 inch compacted lifts campact�d at optimum tv �3% above optimum to a minimum af 95% of ASTM D698. The upper eight (8) inches of subgrade soil should !�e compacted at -1% to �+2°/a of aptimum moisture ta a minirnum of 98% of Standard Proctor density (ASTM D 698). in IEeu of using clay and sandy elay fill, full depth flex base could be us�:d. The flex base materials shnuld me�t the requirements of Section 1.2. �"��II _.. _.... •�' - - � — � ��� �� — - � _ '1.4 PAVEIVI�NY' S�CTION RECOfVIfVfEI�DATIONS Comanche Trail proposed Roadway Reconstruction Fort Worth, Texas AGG Project Nv. D�22-030R1 Page 4 The required pavement sections depends on the trafFic �olume and the �requency of heavy �ehicle traffic. HowevEr, traffic data was not a�ailable for the subject alignment. Per �ort Wor�h's 2015 Pavement Design Manual (dated December 14, 20'15), annual ESALs of 3�,000 with a 0.5% growth rate far a design life ofi 2� years shauld be considered for residential-urban streets if traffic da�a is r�ot available. We understand that the pa�ement reconstructians are to be designed per the design traffic data below: Annual ESALs p�rcent Growth Rate Qesign Life 35,000 0.5% 25 Y�ars The pavement section r�commendations pro�ided in 7ab[�s 1 and 2 were designed based upon AASHTO Guide for Design of Pa�ement Structures using WinPAS 12 computer prograrn. A summary of the inputs are pro�ided �elow: Cancrete Pa�emeni lnitial 5efviceability: 7�rminal Serviceability: Modulus of Rupture: Elasticity Madulus: EfFective k-value: Effecii�e k-value: Reliability Le�el: Standard Devia#ion; l�oad Transfer J: Drainage Coefficient: 4.5 2.25 620 ps9 4,000,000 psi 50 psilin - for eampac�ed subgrade 200 psi/jn - far flex base 85°/a 0.39 2,7 {based upon ad�quate pa�ement edge suppart) 1.0 A sumrrtary of the inputs are pro�ided be[ow for HMAC pa�ement: Iniiial Serviceab�lity: �.2 7�rminal Serviceability: 2.25 Reliability Le�el: 95% ��erall 5tandard De�iation: 0.4� Subgrade Resilient Modulus 4,100 �si ���� �� ������� ���� Comanche Trail Proposed Roadway Reconstruction Fari Worth, Texas AGG Project No. DE22-D30Fi1 Page 6 The joint cons#ruction and spacing and reinforcing shoufd f�e appropriate based an the actual concrete thickness used. As a minimum, reinforcemeni should consist of Na. 4 bars over 18 inch centers in bot� directions. We recomrnend t�at tf�e perimeter of the pavements have a stifFening curb section to prevent possible distress due to hea�y wheel loads near the edge of the pavernents and ta pro�ide channelized drainage. The asphalfic concrete pa�ement {ACP) construction should comp{y with requiremenfs of TxDOT, ltem SS 3268, TF�e asp�altic concrete shvuld be placed and compacted in accordance with either TxDOT Item 334 or Item 341 (2D14 TxDOT 5pecifications). Note: We recorr3mend tF�at the perimeter of the pavements ha�e a stiff�ning concrete curb section io prevenf possible distress due to hea�y wheel loads near the edge of the pa�ements. 1.� PAVEM�NT CONSIDE�ATIOMS It is recommended fhat provisions be made in the eontract to provide far proofro�ling in areas where the subgrade will support new pauements. 5�e Sect�on 1.� of this report for proofro{ling recommendations. It fs also recommended t�at an item be incluc�ed for removal and replacement of soit materials, whicl� are identified by this p�ocedure. Achieving the required field density is dependent upon th� adequate pul�erization of the clay fill materials, the magnitude of campaction �nergy and the maintenance of fiefd moisiure near optimum. All joir�fs and pavements should be inspscted at regular in�ervals to er�sure prop�r performance and to prevent crack propagation. The s�rvice life o� pa�ing may be reduced efue ta water infiltrafion into subgrade soils through heave indueed cracks in fhe paving section. This will result in softening and loss of strength of the subgrade soils. A regular �aintenance prflgram to seal paving cracks will he[p pro[ong the service life of the pa�ing. The life of fhe pavement can be increas�d with proper drainage. Areas should be graded to prevent ponding adjac�nt fio curbs or pavement edg�s. Backfill materials, which could hold water �ehind the curb, should not be permitted. FEat pa�ement grades should be a►roided. �C-4o�41Unde�gro�a��l ]��c��i���s 7��[�S �PA�E ][��1�'�' II��'Tl�TT���.�]C.�L� �]�Al�� CTTX QF FORT WORTH Cornanehe Trail - H1�OM STANDARD CONSTRUCTION SPECIFICATION DpCUMENTS 10339fi Revised.July 1, 2011 �C-�o�� W�ge ��tes T]H[IS PAG� �LE�"]� �1�T�']EIIlTT7C�OI�T.A.�L�LY �Y.�Al�� CITY OP I'ORT WORTH Comartche Trail - HROM STANDARI] CONSTRIICTI03Y 51'BCiFICATION DOCi7MElVTS 103396 Revised duly l, 2011 00 0o ao STANDARD CON3TRUCTION SPECIFIGAT[ON DpCI.IMEAiT5 Sprinkier System Installer Sprinkler System Installer Helper Stee! Worker 5tructural Steel Worker 5tructural Helper $ $ $ $ $ 19.17 14.15 17.00 13.74 15.00 Waterproofer �q�iprnent Operators Concrete pump Crane, Clamsheel, Backhoe, Derrick, D'Line 5�ovel Forklift Foundation Drill Operator Front �nd Loader 7rucic Driver Welcfer Welder Helper $ $ � $ $ $ $ $ 18.50 19.31 16.45 22.50 16.97 16.77 19.96 13.00 7he pre�ailing wage rates shown for Commercial construetion projects were based on a salary survey conducted and published by the North Texas Construction Industry {Fall 2012) Independently compiled by the Lane Gnrman Trubitt, PLLC Construction Group. The descriptions for the classifiications fisted are pravided on the TEXO's (The Construction Associatianj website. www.texaassociatior�.or�/Cha pter/wa�erates.asp CITY OF FQRT WOFtTH South Westside V TransmissionMain STAN�AILD CONSTRUCTTOi�I SPF.C1FiCATIpN DpCUMENTS City ProjectNo. ]03428 Revised Decemher 9, 2021 `Fram Qriginal Siandard Product� Llst C1TY OF FORT WQR'FH ������}� _� WATER D�PARTMENT S'I'AiVIlARD PROD[3CT I.IS'T Updated: 03l291202Z " Fcom Original Standard Products tlst ci�rY o� FORT woxTx (}j�'� �(j�`�`�� WATER DEPARTMEIYT STAN1lriRD PROAUCT LIST Updaled: 031Z912D22 • Fram�orlginal5tandard PraduRs.lfst C1T'Y OF FORT �VOR'1'H �`�T�� �'['C�R�ISH� WATERD�PA.RTMENT STANDAlui3 PRppUCT LIS'i' lJpdeted: 03I19l202Z